Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 18411: PORT ACRES WASTEWATER TREATMENT PLANT
MEMORANDUM CITY OF PORT ARTHUR UTILITY OPERATIONS DEPARTMENT TO: John A. Comeaux P.E., Interim City Manager FROM: John A. Tomplait, Assistant Director of Utility Operation DATE: June 30, 2014 RE: Proposed Resolution No. 18411 RECOMMENDATION I recommend that the City Council approve Proposed Resolution No.18411 authorizing the execution of a contract for the Port Acres Wastewater Treatment Plant Centrifuge Improvements project. L&L Contractors, of Beaumont, Texas, submitted the lowest bid for the project with a total bid of$534,000.00. BACKGROUND This is a Hurricane Recovery Grant administered by the Texas General Land Office which will fund this project. This project is to install and furnish a new Centrifuge at the Port Acres WWTP along with equipment, electrical, and foundation. This will give us a second centrifuge at this facility for the dewatering of sludge and will improve our ability to manage the excess amounts. The following four bids were received on June 18, 2014, and the lowest responsive bid was submitted by L&L Contractors. Bidder Total Bid L&L Contractors $534,000.00 Beaumont, TX Placo, LTD $538,858.42 �. Lumberton,TX Allco, LLC. $557,000.00 Beaumont, TX MK Constructors, LLC. $629,300.00 Vidor, TX BUDGET/FISCAL EFFECT This project will be funded through the GLO Project No. 121 WWI, 144-1201-532.59-00. SUMMARY I recommend that the City Council approve Proposed Resolution No. 18411. P.R. No. 18411 06/30/14 RESOLUTION NO. A RESOLUTION AUTHORIZING THE AWARD OF BID AND THE EXECUTION OF A CONTRACT FOR THE PORT ACRES WASTEWATER TREATMENT PLANT CENTRIFUGE IMPROVEMENTS PROJECT WITH L&L CONTRACTORS OF BEAUMONT, TEXAS IN AN AMOUNT NOT TO EXCEED $534,000.00, PROJECT NO. I21WWI, 144-1201-532.59-00. WHEREAS, the Texas General Land Office (GLO) has approved funding for the Port Acres WWTP Centrifuge Improvements Project; and, WHEREAS, the Utility Operations Department, Arceneaux & Gates Consulting Engineers, and the Purchasing Division have solicited bids for this project; and, WHEREAS, the bids have been evaluated by Arceneaux & Gates Consulting Engineers, the Utility Operations Department and Purchasing (Recommendation & Bid Tabulation attached as Exhibit"A"); and, WHEREAS, L&L Contractors, of Beaumont, Texas has submitted the lowest responsive bid for this work; NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to execute, on behalf of the City of Port Arthur, a contract between the CITY OF PORT ARTHUR and L&L Contractors for the Port Acres WWTP Centrifuge Improvements Project in an amount not to exceed$534,000.00 in substantially the same form attached as Exhibit"B"; and, THAT, this project will be funded by the TGLO, in Project no. I21WWI, 144-1201- 532.59-00; and, THAT a copy of the caption of this resolution be spread upon the minutes of the City Council. READ,ADOPTED AND APPROVED THIS day of , 2014 P.R.No. 18411 06/30/14 Page 2 at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor • Councilmembers: NOES: Deloris Prince Mayor ATTEST: APPROVED AS TO FORM: V6/1 / Sherri Bellard Valecia Tizeno City Secretary City Attorney APPROVED FOR ADMINISTRATION: John A. Comeaux P.E. hawna Tubbs, CPPB Interim City Manager Purchasing Manager APPROVED AS TO AVAILABILITY OF FUNDS: 4.116- 414tetkffilli Joli A Tomplait Deborah Echols, CPA A• t Director of Utility Operations Director of Finance Exhibit "A" (A&G Recommendation&Bid Tabulation) ED ARCENEAUX & GATES ARCENEAUX Consulting Engineers, Inc. GATES A Burrow Global Company Engineers • Surveyors • Planners June 24, 2014 Mr. John Tomplait Assistant Water Utility Director City of Port Arthur 444 4th Street Port Arthur, Texas 77640 RE: RECOMMENDATION OF AWARD OF CONTRACT Port Acres WWTP Centrifuge Improvements Job No. CPA-710 Dear Mr. Tomplait: On June 18, 2014 the City of Port Arthur received four (4) sealed bids for the Port Acres WWTP Centrifuge Improvements project. The bids were opened immediately thereafter and the results read aloud in the public bid opening. L&L Contractors of Beaumont, Texas submitted the lowest responsive bid for the project with a total bid of$534,000.00. A copy of the certified Bid Tabulation is enclosed for your information and record. Arceneaux & Gates has evaluated the bids received for compliance with the Contract Documents and Addenda. L&L Contractors has worked on City of Port Arthur projects as well as A&G projects for other clients, and has successfully completed the work in a satisfactory manner. Based on our review, we recommend that the City award the contract for construction of the Port Acres WWTP Centrifuge Improvements to L&L Contractors on the basis of the Total Amount Bid in the amount of$534,000.00. Should you have any questions or require additional information., please contact our office. Very truly yours, ARCENEAUX& GATES CONSULTING ENGINEERS, INC. Paul M. White, PE Project Manager 2901 Turtle Creek Dr.,Suite 320 Port Arthur,TX 77642 Phone: 409/724-7888 Fax: 409/724- 1447 0 - - 0 0 •.0 0 0 0 O co 0 O cl U K a `n � 01 to 1— °Z m o 0 > ° n 0 V `a 2 69 VD 0 0 0 0 o 0 0 c X O C! o 00 0 ci E v 0 O Za CO t n J O `A "� . -_ t Q 0 m o oo a 0 0 m . o o C CO 69 C9 H n N. V• O 3 • . 66— or a 06 La C 14 l- W £ m N 0 CI a in co E a) a. 2 so Go III el "jf O a.4 CO o oNN Q, a R 0 U V' rn w ,�'.. Z d t 00 r Q a. cv EA jPQ� H • .4.,11• O- Z:Q m im d 0 a V c o0 o 00 0 o O: .,\ M in Ili:Z O O ,� 0 3 i 0 hN ,(� # Q Z rt 069 Cr c" t, #69 141 N W A\\s..."-"+ a.) a r c`) O Z � o 0 a co V a o oo° o v► a m Jm d c Z Ca (A y W N 0 W m m W—a - Z 73 ). IX z 0 Z u. i c w CO Z Z Q c a d E 1— N 2 W 2 Z(s oi w c m c Q Q 2 s o m J Z (� w W Z as v o c� CO a f W E 0 m o c y 3w. O F- J Z V' c O O u_ i o 2°.- m'v a 4 LL oE- 2.-8R" d � E' N CO Z i. a c w c- `"y Cl) = W • Eoim- o5COa O .O w c° d �` m y 3 ww w • w m�2oac W O w ♦( s c c.00 3' �j 11I11!IIi a C H `l O .7 y as m t7 d? Q �,W 0 f cwcz•ocr $ Z W mo rn ,3.0ss a 5.�r. cc cc m 2U .°l cm as w M m v-- as; a Exhibit "B" (Contract) CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS For • PORT ACRES WWTP CENTRIFUGE IMPROVEMENTS to Serve City of Port Arthur PORT ARTHUR, TEXAS JOB NO. CPA-710 CONTRACT NO. 1 City of Port Arthur Jefferson County, TEXAS MAY 2014 ORAL L 0 , , - .„ • u1 - , n istai Fs,.1$LlSHEO � 3 TEXAS i* REGISTERED ENGINEERING FIRM F-30 ARCENEAUX & GATES CONSULTING ENGINEERS, INC. Engineers * Surveyors * Planners PORT ARTHUR, TEXAS A BURROW GLOBAL COMPANY • ARCENEAUX GATES CONSULTING ENGINEERS,INC. ADDENDUM NO. 1 • June 9,2014 PORT ACRES WWTP CENTRIFUGE IMPROVEMENTS CITY OF PORT ARTHUR Port Arthur, Texas Jefferson County, Texas Job No.CPA-710, CONTRACT NO. 1 This document constitutes ADDENDUM NO. 1 to the PORT ACRES WWTP CENTRIFUGE IMPROVEMENTS project issued for bidding by the City of Port Arthur, Port Arthur,Texas,Jefferson County,Texas. BIDDER MUST ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON HIS BID FORM. GENERAL 1. Clarification: The contractor will be responsible for repairing the existing road surface disturbed by the construction of this project in-kind. However, no new asphalt will be required 2. Photos of the site can be viewed on the Arceneaux & Gates ShareFile: https : //ageng. sharefile . com/d/s4b5083496414416b CONTRACT DOCUMENTS 1. Section A, Standard Form of Agreement For Owner-Contractor Projects; Change paragraph four as follows: delete "150" and "180" and add "250" and "280" respectively. 2. Section B, Advertisement and Invitation for Bids: Change June 11, 2014 to June 18, 2014. Bids will be received until 3:00 pm on Wednesday,June 18, 2014. 3. Section D, Bid;Change paragraph four as follows: delete "180"and add "280". 4. Section 11350A: Replace Section 11350A — Sludge Handling and Treatment Equipment, in its entirety and Replace with the updated Section 11350A attached to this addendum. Change allows additional centrifuge manufacturer to bid the project. ADDENDUM NO. 1,PAGE 1 OF 32 JUNE 9,2014 • ARCENEAUX • GATES CONSULTING ENGINEERS,INC. CONSTRUCTION PLANS 1. Sheet C5: Clarification on the Roof Design Specifications; Note 3 states that the footings are to be designed by the Contractor and submitted to the Engineer for approval. The roof columns will require Galvanized steel anchors sized (diameter, length, and minimum embedment) to resist uplift forces from 130 mph wind loading. A separate footing will not be required. 2. Sheet El: Replace sheet El with the Revised Sheet El attached to this addendum. Changes include, but are not limited to, a change in the electrical cable routing. Also,the direct buried cable has been deleted and replaced with conduit and wiring as specified on sheet El. 3. Sheet E2: Replace sheet E2 with the Revised Sheet E2 attached to this addendum. Changes Includes additional information on the electrical feed route change; clarification on light location/installation; and clarification on the ground wire installation. 4. Sheet E5: Replace sheet E5 with the Revised Sheet ES attached to this addendum. • Includes addition of new detail for conduit stub-out. NO OTHER CONDITIONS OF THE CONTRACT ARE HEREBY CHANGED [END OF ADDENDUM NO. 1] • ADDENDUM NO. 1,PAGE 2 OF 32 JUNE 9,2014 • / . E1 \ awsn 0 4�'9 �, `ii Ar / \ i , ta,z ) t= ; ,, / . x3 ND,f t: --:'T 8858..800,WC 9880888 I,PM,2188 �„_o ean�„o __ .� � .ANC awic 8 OR CO:i�844,a4. 2.m.8:0,'wow'1041 Or cw•wi''s'w: 8022 2 810108 WAN .1 S*314q1C 0310.81'11■7=08880'888.WS..MO 9..sa.s --___ • 1 A e aE :w ci80801881 Wl m,a NM,TON` P. a:o rt• F J or w�. E.•v:A r�,. — ii .a.. Cr w f it i + a.6 0 v.A St 1 _ a(U F- IL R \ \ E ;— I. 1 al \\\\N �ts� :ill \\,.._ ZONE M(E S) 131 -_. . AA.N 88 0.715: -F.ti. ,49,1 1 3•g ii oI. ADDENDUM NO.1.PAGE.00E o21 P JUNE 9,2014 0 1 i c. f:` / ' o }o 81W-11111.1!--.., _ , 9� '9 q,s E 1 7 TO WS CVNIINFOGE l i ,5 / ,.,. ..,.tip�./ / rn�' I • �� j ; _ an.crraww LL''C' Z. 8 ? / — . \ / —— NG�. o a W 1 �w r., , s Mores ,.w c(....w. 1 `��iS%%//. , m&AN Mn.WV*RI 6044.02 v) d ( __ s .:.�.0,,ouc 0000,— wn. .ail f —- _—._. MVOOCI. N ` Z _ 4014,: PRONG( M ,'-°a .au„awa, t (o4.c 40.04 RIME PAM. *. p _Ep* ,.a.4. I4a.aoNG,M. 1 f ink 1 _.. ( r1D0�1DUM NO.I,PAGE 31031 a �r JUNG 9.2014• • CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS For III PORT ACRES WWTP CENTRIFUGE IMPROVEMENTS to Serve City of Port Arthur PORT ARTHUR, TEXAS JOB NO. CPA-710 CONTRACT NO. 1 City of Port Arthur Jefferson County, TEXAS MAY 2014 `4 *:? III ,(,:Z ' -c.r,,-; PAUL M.WHITE r A% 65488 ®.ty,5d. •.o.�;v r;� f�t.c. ' :4L'P SiOlto(4 TEXAS �i REGISTERED ENGINEERING FIRM F-30 ARCENEAUX & GATES CONSULTING ENGINEERS, INC. Engineers * Surveyors * Planners PORT ARTHUR, TEXAS A BURROW GLOBAL COMPANY . 0 Imilmverimeammis AND TECHNICAL SNIC ICATI N - PORT ACRES WWTP CENTRIFUGE 410 IMPROVEMENTS to Serve THE CITY OF PORT ARTHUR PORT ARTHUR, TEXAS JOB NO. CPA-710 CONTRACT NO. 1 TABLE OF CONTENTS A. STANDARD FORM OF AGREEMENT FOR OWNER-CONTRACTOR B. ADVERTISEMENT AND INVITATION FOR BID C. INSTRUCTION TO BIDDERS FOR CONSTRUCTION D. BID E. BID BOND F. GENERAL CONTRACT CONDITIONS FOR CONSTRUCTION • G. LABOR CLASSIFICATION AND MINIMUM WAGE SCALE H. SUPPLEMENTAL GENERAL CONDITIONS Part A Part B I. PAYMENT BOND J. PERFORMANCE BOND K. MAINTENANCE BOND L. NOTICE OF AWARD M. NOTICE TO PROCEED N. INSURANCE O. TECHNICAL SPECIFICATIONS CPA Federally Funded • Item No. A2001 - Clearing and Grubbing • Item No. A2002 - Site Grading Item No. A2003 - Structural Excavation and Backfill Item No. A3034 - Storm Water Pollution Prevention Plan Item No. B1001 - Concrete Item No. B2001 - Concrete Structures Item No. B3001 - Reinforcing Steel Item No. C3001 - Painting and Protective Coating Item No. C3007 - Sealants Item No. H1001 - Ductile Iron Pipe and Cast Iron and Ductile Iron Fittings Item No. J1002 - Polyvinyl Chloride (PVC) Sewer Pipe and Fittings Item No. J1003 - Polyvinyl Chloride (PVC) Waterline Pipe (4"-12") Item No. J1005 - High Density Polyethylene (HDPE) Pipe Item No. J2003 - Hydrostatic Testing of Pressure Lines Item No. J2005 - Low Pressure Air Test Item No. J3006 - Cement— Stabilized Sand Backfill Item No. J3009 - Disinfection of Waterline Item No. J3019 - Fiberglass Manhole Item No. J3024 - Bank Sand Backfill Item No. K3101 - Concrete Pavement Item No. K3303 - Hot— Mix Asphaltic Concrete Surfacing Item No. L3001 - Electrical Construction Item No. 11350A - Sludge Handling and Treatment Equipment APPENDICES APPENDIX A — Section 3 Monthly Compliance Report APPENDIX B —Attorney's Review Certification APPENDIX C— Request for Time Extension APPENDIX D— Geotechnical Report APPENDIX E— Copeland Act Regulations APPENDIX F — Section 3 Clause APPENDIX G— Certification of Bidder Regarding Section 3 and Segregated Facilities • CPA Federally Funded • • SECTION A STANDARD FORM OF AGREEMENT FOR OWNER-CONTRACTOR 0 CITY OF PORT ARTHUR STANDARD FORM OF AGREEMENT FOR OWNER-CONTRACTOR PROJECTS STATE of TEXAS • JEFFERSON COUNTY THIS AGREEMENT, made and entered into this day of , A.D. by and between the City of Port Arthur of the COUNTY Jefferson in the STATE OF TEXAS, thereunto duly authorized so to do, Party of the First Part, hereinafter termed OWNER, and of the City of County of in the State of Texas, Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and inconsideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (OWNER) and under the conditions expressed in the bond bearing even date herewith, the said Party of the Second Part (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follow: PORT ACRES WWTP CENTRIFUGE IMPROVEMENTS and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the Notice to Contractors, General and Special Conditions of Agreement, Plans and other drawings and printed or written explanatory matter thereof, and the Specifications and addenda therefore, as prepared by Arceneaux & Gates Consulting Engineers, Inc., A Burrow Global Company, herein entitled the ENGINEER, each of which has been identified by the CONTRACTOR and the ENGINEER, together with the CONTRACTOR'S written proposal, the General Conditions of the Agreement, the Performance and Payment Bonds hereto attached; all of which are made a part hereof and collectively evidence and constitute the entire contract. • The CONTRACTOR hereby agrees to furnish all materials labor and equipment necessary for the work described under this agreement for the sum of: and will commence work within ten (10) calendar days after the date written notice to do so shall have been given to him, and to substantially complete within 250 consecutive calendar days after issuance of the"Notice to Proceed"and to be at Final Completion within 280 consecutive calendar days after the issuance of the"Notice to Proceed", subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in this agreement and the proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contract. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. City of Port Arthur Party of the First Part(OWNER) Party of the Second Part(CONTRACTOR) By: By: ATTEST: ATTEST: A-1 ADDENDUM NO. 1,PAGE 3 OF 32 • JUNE 9,2014 • • SECTION B ADVERTISEMENT AND INVITATION FOR BIDS • Construction Advertisement and Invitation for Bids The CITY OF PORT ARTHUR will receive bids for PORT ACRES VVVVfP CENTRIFUGE • IMPROVEMENTS until 3:00 p.m. on Wednesday, June 18, 2014 at City of Port Arthur City Hall, Office of the City Secretary, 4th Floor, 444 4th Street, Port Arthur, Texas. The bids will be publicly opened and read aloud at 3:15 p.m. on Wednesday, June 18, 2014 at City of Port Arthur City Hall, 5th Floor Council Chamber, 444 4th Street, Port Arthur, Texas. Bids are invited for several items and quantities of work as follows: PORT ACRES WWTP CENTRIFUGE IMPROVEMENTS Bid/Contract Documents, including Drawings and Technical Specifications are on file at the following locations: CITY OF PORT ARTHUR Public Works Department or Shawna Tubbs, CPPO,CPPB, Purchasing Manager 444 4TH Street Port Arthur, Texas 77640 ARCENEAUX&GATES CONSULTING ENGINEERS, INC. A BURROW GLOBAL COMPANY 2901 Turtle Creek Drive, Suite 320 Port Arthur, Texas 77642 THE ASSOCIATED GENERAL CONTRACTORS • 5458 Ave. A Beaumont, Texas 77705 Please contact the office of Arceneaux & Gates Consulting Engineers, Inc. for instructions on how to obtain copies of the Bid/Contract Documents at: (409) 724-7888. A bid bond in the amount of 5 percent of the bid issued by an acceptable surety shall be submitted with each bid. A certified check or bank draft payable to the City of Port Arthur or negotiable U.S. Government Bonds (as par value) may be submitted in lieu of the Bid Bond. Attention is called to the fact that not less than, the federally determined prevailing (Davis-Bacon and Related Acts) wage rate, as issued by the Texas Department of Rural Affairs and contained in the contract documents, must be paid on this project. In addition, the successful bidder must ensure that employees and applicants for employment are not discriminated against because of race, color, religion, sex age or national origin. B-1 ADDENDUM NO. 1,PAGE 4 OF 32 • JUNE 9,2014 The City of Port Arthur reserves the right to reject any or all bids or to waive any informalities in the bidding. Bids may be held by the City of Port Arthur for a period not to exceed 60 days from the date of the bid opening for the purpose of reviewing the bids and investigating the bidder's qualifications prior to the contract award. Per Article VI Sec. 2-262(C) of the City's Code of Ordinance, the City Council shall not award a contract to a company that is in arrears in its obligations to the City. City of Port Arthur Shawna Tubbs, CPPO, CPPB Purchasing Manager 5-8-14 All contractors/subcontractors that are debarred, suspended or otherwise excluded from or ineligible for participation on federal assistance programs may not undertake any activity in part or in full under this project. Bidder is cautioned to read all contract documents before submitting bid, especially Item 18, Section C of the information to bidders. All bidders shall be required to attend the Mandatory Pre-Bid Conference on: Thursday, May 22, 2014 at 10:00 am at the City of Port Arthur City Hall, 444 4th Street, 5th Floor Conference Room, Port Arthur, Texas 77640. 1st Advertisement: May 11, 2014 • 2nd Advertisement: May 18, 2014 B-2 ADDENDUM NO, 1.PAGE 5 OF 32 JUNE 9,2014 • • 0 SECTION C INSTRUCTION TO BIDDERS FOR CONSTRUCTION • INSTRUCTION TO BIDDERS FOR CONSTRUCTION 1. Use of Separate Bid Forms • These contract documents include a complete set of bid and contract forms which are for the convenience of the bidders and are not to be detached from the contract document, completed or executed. Separate bid forms are provided for your use. 2. Interpretations or Addenda No oral interpretations will be made to any bidder. Each request for an interpretation shall be made in writing to the Grant Recipient or engineer no less than seven (7) days prior to the bid opening. Each interpretation made will be in the form of an Addendum to the contract documents and will be distributed to all parties holding contract documents no less than five (5) days prior to the bid opening. It is, however, the bidder's responsibility to make inquiry as to any addenda issued. All such addenda shall become part of the contract documents and all bidders shall be bound by such addenda, whether or not received by the bidders. 3. Inspection of Site Each bidder should visit the site of the proposed work and fully acquaint himself with the existing conditions there and should fully inform himself as to the facilities involved, the difficulties and restrictions attending the performance of the contract. The bidder should thoroughly examine and familiarize himself with the drawings, technical specifications and all other contract documents. The contractor by the execution of the contract shall in no way be relieved of any obligation under it due to his failure to receive or examine any form or legal document or to visit the site or acquaint himself with the conditions there existing. The city will be justified in rejecting any claim based on lack of inspection of the site prior to the bid. 4. Alternate bid items No alternate bids or bid items will be considered unless they are specifically requested by the technical specifications. 5. Bids a. All bids must be submitted on the forms provided and are subject to all requirements of the Contract Documents, including the Drawings. b. All bids must be regular in every respect and no interlineation, excisions or special conditions may be made or included by the bidder. c. Bid documents, including the bid, the bid bond, and the statement of bidders' qualifications shall be sealed in an envelope and clearly labeled with the words "Bid Documents", the project number, name of bidder and the date and time of bid opening. c-i • d. The City of Port Arthur may consider as irregular any bid on which there is an alteration of or departure from the bid form and, at its option, may reject any irregular bid. e. If a contract is awarded, it will be awarded to a responsible bidder on the basis of • the lowest/best bid and the selected alternate bid items, if any. The contract will require the completion of the work in accordance with the contract documents. 6. Bid Modifications Prior to Bid Opening a. Any bidder may modify his bid by telegraphic communication at any time prior to the scheduled closing time for receipt of bids, provided such telegraphic communication is received by the City of Port Arthur prior to the closing time, and provided further, the City of Port Arthur is satisfied that a written confirmation of the telegraphic modification over the signature of the bidder was mailed prior to the closing time. The telegraphic communication should not reveal the bid price but should provide the addition, subtractions or other modifications so that the final prices or terms will not be known by the City of Port Arthur until the sealed bid is open. If written confirmation is not received within two (2) days from the closing time, no consideration will be given to the telegraphic modification. b. Likewise, any bidder may modify a bid by submitting a supplemental bid in person prior to the scheduled closing time for receipt of bids. Such supplemental bid should mention only additions or subtractions to the original bid so as to not reveal the final prices or terms to the City of Port Arthur until the sealed bid is open. 7. Bid Bond a. A bid bond in the amount of 5% of the bid issued by an acceptable surety shall be submitted with each bid. A certified check or bank draft payable to the City of Port 1111 Arthur or negotiable U.S. Government Bonds (as par value) may be submitted in lieu of the Bid Bond. b. The bid bond or its comparable, will be returned to the bidder as soon as practical after the opening of the bids. 8. Statement of Bidders Qualifications Each bidder shall submit on the form furnished for that purpose a statement of the bidder's qualifications. The City of Port Arthur shall have the right to take such steps as it deems necessary to determine the ability of the bidder to perform his obligations under the contract, and the bidder shall furnish the City of Port Arthur all such information and data for this purpose as it may request. The right is reserved to reject any bid where an investigation of the available data does not satisfy the City of Port Arthur that the bidder is qualified to carry out properly the terms of the contract. 9. Unit Price The unit price for each of the several items in the bid shall include its pro rata share of overhead so that the sum of the products obtained by multiplying the quantity shown for each item by the unit price bid represents the total bid. Any bid not conforming to this C-2 • requirement may be rejected as informal. Special attention is drawn to this condition, as • the unit prices will be used to determine the amount of any change orders resulting from an increase or decrease in quantities. 10. Corrections: Erasures or other corrections in the bid must be noted over the signature of the bidder. 11. Time for Receiving Bids Bids received prior to the advertised hour of opening shall be kept securely sealed. The officer appointed to open the bids shall decide when the specified time has arrived and no bid received thereafter will be considered; except that when a bid arrives by mail after the time fixed for opening, but before the reading of all other bids is completed, and it is shown to the satisfaction of the City of Port Arthur that the late arrival of the bid was solely due to delay in the mail for which the bidder was not responsible, such bid will be received and considered. 12. Opening of Bids The City of Port Arthur shall, at the time and place fixed for the opening of bids, open each bid and publicly read it aloud, irrespective of any irregularities therein. Bidders and other interested individuals may be present. 13. Withdrawal of Bids • Bidder may withdraw the bid before the time fixed for the opening of bids, by communicating his purpose in writing to the locality. Upon receipt of such notice, the unopened bid will be returned to the bidder. The bid guaranty of any bidder withdrawing his bid will be returned promptly. 14. Award of Contract/Relection of Bids a. The contract will be awarded to the responsive, responsible Bidder submitting the lowest/best bid. The bidder selected will be notified at the earliest possible date. The City of Port Arthur reserves the right to reject any or all bids and to waive any informality in bids received where such rejection or waiver is in its interest. b. The City of Port Arthur reserves the right to consider as unqualified to do the work any bidder who does not habitually perform with his own forces the major portions of the work involved in construction of the improvements embraced in this contract. 15. Execution of Agreement/Performance and Payment Bonds a. Performance and Payment Bonds, Requires all prime contractors which enter into a formal contract in excess of $5,000 with the State, any department, board, agency, municipality, county, school district or any division or subdivision thereof, to obtain a Payment Bond in the amount of the contract before commencing with work and a performance bond for public works contracts in excess of$100,000. 111 C3 b. The failure of the successful bidder to execute the agreement and supply the required bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the City of Port Arthur may grant, shall constitute a default and the City of Port Arthur may, at its option either award the contract to the next lowest responsible bidder, or re-advertise for bids. In • either case, the City of Port Arthur may charge against the bidder the difference between the amount of the bid, and the amount for which a contract is subsequently executed irrespective of whether this difference exceeds the amount of the bid bond. If a more favorable bid is received through re-advertisement, the defaulting bidder shall have no claim against the City of Port Arthur for a refund. 16. Wages and Salaries Attention is particularly called to the requirement of paying not less than the prevailing Davis Bacon Related Acts (DBRA) wage rates specified in the Contract Documents. These rates are minimums to be paid during the life of the contract. It is therefore the responsibility of the Bidder to inform themselves as to local labor conditions. 17. Equal Employment Opportunity Attention is called to the requirements for ensuring that employees and applicants for employment are not discriminated against because of their race, color, creed, sex, gender, or national origin. 18. Pre-Bid Conference A MANDATORY PRE-BID CONFERENCE between the Engineer, Representatives of the City of Port Arthur, Texas and prospective bidders will be held on Thursday, May 22, 2014 at, 10:00 am, at City of Port Arthur City Hall, 444 4t" Street, 5th Floor Conference Room, Port Arthur, TX 77640. The purpose of the MANDATORY PRE-BID CONFERENCE is to make certain that the scope • of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Engineer, if necessary, will issue an addendum(s) to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the MANDATORY PRE-BID CONFERENCE will be rejected and returned unopened to the Bidder. C-4 11111 • • SECTION D • BID BID • TO: CITY OF PORT ARTH U R 444 4TH STREET P.O. BOX 1089 CITY OF PORT ARTHUR, TEXAS 77640 Proposal of (hereinafter called "BIDDER"), organized and existing under the laws of the State of Texas, doing business as *a Corporation, Partnership, or an Individual, and acting by and through . To the City of City of Port Arthur,Texas (hereinafter called "OWNER"). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of: PORT ACRES WWTP CENTRIFUGE IMPROVEMENTS in strict accordance with the Contract Documents, within the time set forth in the Notice to Proceed, and at the prices stated below, and Bidder shall enter into Contract for same within the time specified in Contract Documents. By submission of this BID, each BIDDER certifies, and in the case of a joint BID, each party thereto certifies as to his own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence WORK under this Contract on or before a date to be specified in the Notice to Proceed and to fully complete the PROJECT within 280 consecutive calendar days specified in the Notice to Proceed, including, but not limited to, all Saturdays, Sundays, and Federal, State, and City holidays thereafter. BIDDER further agrees to pay as liquidated damages,the sum of$500 for each consecutive calendar day thereafter including, but not limited to, all Saturdays, Sundays, and Federal, State and City holidays as provided in Sections 9 and 40 of the General Contract Conditions. Enclosed is bid security as required. BIDDER acknowledges receipt of the following ADDENDUM: *Insert "a corporation," "a partnership," or "an individual" as applicable. BIDDER agrees to perform all the work described in the Contract Documents for the following unit prices or lump sum: • CPA Federally Funded D-1 ADDENDUM NO. 1,PAGE 6 OF 32 JUNE 9,2014 Item Approx. Description of Item with Unit Ill No. Qty. Unit Unit Price Written in Words Price Amount BID SCHEDULE NOTE: The City of Port Arthur is a tax exempt agency. The CITY will furnish approved bidder with Tax Exemption Certificate for materials used on this project. BASE BID ITEMS Mobilization, Bonds, Insurance, Onsite Facilities, Project Sign, Complete. 1. 1 L.S. @ $ $ Per Lump Sum Furnish and Install new Centrifuge Improvements including all supervision, labor, design, materials, fabrication, equipment, installation, etc. for a Complete in Place installation (including $ $ but not limited to, equipment, process piping, electrical service, foundation, 2. 1 L.S. roof, equipment pad, water line relocation, drains, drain piping and appurtenances, paving, sidewalk, site work etc.) in strict accordance with the Plans and Specifications. @ Per Lump Sum TOTAL AMOUNT BID $ Items not listed that are required for a Complete in Place Facility are considered incidental with no separate pay. Ill CPA Federally Funded D-2 STATEMENT FOR SEPARATED CONTRACT COMPLIANCE: 0 TOTAL BASE BID: Non-consumable material and equipment. (Tax Exempt) $ TOTAL BASE BID: Skill, labor and consumable material, tools, and equipment. (Not Tax Exempt) $ Unit prices are to be expressed in both words and figures. In case of a discrepancy, the amount shown in words shall govern. The above unit prices shall include labor, equipment overhead, profit, insurance, etc. to cover the finished work of the several kinds called for. BIDDER understands that the OWNER reserves the right to reject any or all bids and to waive any informalities in the bidding. In addition, the OWNER reserves the right to award the Contract on the basis of TOTAL AMOUNT BID or TOTAL AMOUNT BID plus any Alternate(s)described above which is most advantageous to the OWNER. Respectfully submitted: III (NAME OF CONTRACTOR) (ADDRESS) BY: (TELEPHONE NUMBER) TITLE: (LICENSE NUMBER IF APPLICABLE) DATE: Wednesday, June 11,2014 (SEAL,IF BIDDER IS A CORPORATION) (ATTEST) III CPA Federally Funded D-3 BID OPENING DATE: Wednesday,June 11,2014 • CITY OF PORT ARTHUR INSTRUCTIONS TO BIDDER Bidders are requested to furnish their complete REMIT TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REMIT PAYMENT TO: COMPANY: ADDRESS: CITY/STATE/ZIP: SEND PURCHASE ORDER TO: COMPANY: ADDRESS: CITY/STATE/ZIP: • TAX IDENTIFICATION NUMBER: • CPA Federally Funded D-4 AFFIDAVIT • All pages in offer's bid proposal containing statements, letters, etc., shall be signed by a duly authorized officer of the company, whose signature is binding on the bid proposal. The undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. Further, I agree to pay succeeding debts as they become due during this agreement. I hereby certify that I do have outstanding debts with the City of Port Arthur and agrees to pay said debts prior to execution of this agreement. I hereby certify that I do have outstanding debts with the City of Port Arthur and agrees to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. NAME OF OFFERER: TITLE: ADDRESS: • CITY/STATE/ZIP: TELEPHONE NUMBER: SIGNATURE: SUBSCRIBED AND SWORN to before me by the above named on this the_day of , 20 Notary Public in and for the State of RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL 111 CPA Federally Funded D-5 CITY OF PORT ARTHUR . EXCEPTION/APPROVED EQUAL REQUEST (Please submit this form for each exception/approved equal) VENDOR: TELEFAX: PROJECT: PAGE: OF PARAGRAPH: SUBJECT: Request: Signature: FOR CITY OF PORT ARTHUR USE ONLY III Approved: Disapproved: Clarification: Signature City of Port Arthur Representative Ill CPA Federally Funded D-6 NONCOLLUSION AFFIDAVIT OF PRIME BIDDER • State of County of , being first duly sworn, deposes and says that: (1) He is of , the Bidder that has submitted the attached Bid; (2) He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with another Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix an overhead, profit or cost element of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Port Arthur (Local Public Agency) or any person interested in the proposed Contract; and (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to me this day of By: Notary Public My commission expires • CPA Federally Funded D-7 Grantee/Subrecipient' City of Port Arthur Include this document in all applicable bid packets. > 0 a+irERAL 7r-0' gtio Texas General Land Office Community Development Block Grant(CDBG) IIII ., W r ,m i.. Disaster Recovery Program `N.,,s.to+6 Contractor Certification of Efforts to Fully Comply with Employment and Training Provisions of Section 3 Economic Opportunities for Low and Very Low-Income Persons THE BIDDER REPRESENTS AND CERTIFIES AS PART OF ITS BID/OFFER THAT IT: ❑ Is a Section 3 Business Concern.A Section 3 Business Concern means a business concern: 1. That is 51%or more owned by Section 3 Resident(s);or 2. Whose permanent,full-time employees include persons,at least 30%of whom are currently Section 3 Residents,or 3. That provides evidence of a commitment to subcontract in excess of 25%of the dollar value of all subcontracts to be awarded to Section 3 Business Concems,that meet the qualifications set forth in paragraphs 1 or 2 herein. ❑ Is NOT a Section 3 Business Concern,but who has and will continue to seek compliance with Section 3 by certifying the following efforts to be undertaken. EFFORTS TO AWARD SUBCONTRACTOR TO SECTION 3 CONCERNS (Check ALL that apply) ❑ By contacting business assistance agencies,minority contractors associations and community organizations to inform them of the contracting opportunities and requesting their assistance in identifying Section 3 businesses which may solicit bids for a portion of the work. ❑ By advertising contracting opportunities by posting notices,which provide general information about the work to be contracted and where to obtain additional information,in the common areas of the applicable development(s)owned and managed by the Housing Authority. ❑ By providing written notice to all known Section 3 Business Concerns of contracting opportunities.This notice should be in sufficient time to allow the Section 3 Business Concerns to respond to bid invitations ❑ By following up with Section 3 Business Concerns that have expressed interest in the contracting opportunities. ❑ By coordinating meetings at which Section 3 Business Concerns could be informed of specific elements of the work for which subcontract • bids are being sought. ❑ By conducting workshops on contracting procedures and specific contracting opportunities in a timely manner so that Section 3 Business Concerns can take advantage of contracting opportunities. ❑ By advising Section Business Concerns as to where they seek assistance to overcome barriers such as inability to obtain bonding,lines of credit,financing,or insurance and aiding Section 3 Businesses in qualifying for such bonding,financing,insurance,etc.... ❑ Where appropriate,by breaking out contract work into economically feasible units to facilitate participation by Section 3 businesses. ❑ By developing and using a list of eligible Section 3 Business Concerns. ❑ By actively supporting and undertaking joint ventures with Section 3 Businesses. EFFORTS TO PROVIDE TRAINING AND EMPLOYMENT TO SECTION 3 RESIDENTS ❑ By entering into a"first source"hiring agreements with organizations representing Section 3 Residents. ❑ By establishing training programs,which are consistent with the requirements of the Department of Labor,specifically for Section 3 Residents in the building trades. ❑ By advertising employment and training positions to dwelling units occupied by Category 1 and 2 residents. ❑ By contacting resident councils and other resident organizations in the affected housing development to request assistance in notifying residents of the training and employment positions to be filled, ❑ By arranging interviews and conducting interviews on the job site. ❑ By undertaking such continued job-training efforts as may be necessary to ensure the continued employment of Section 3 Residents previously hired for employment opportunities. Contractor Name/Business Name: Signature Field Date/Time Field ill D-8 CONTRACTOR'S LOCAL OPPORTUNITY PLAN 410 agrees to implement the following specific affirmative action steps directed at increasing the utilization of lower income residents and businesses within the (City/County) of Jefferson County A. To ascertain from the Grant Recipient's CDBG program official the exact boundaries of the project area and where advantageous, seek the assistance of local officials in preparing and implementing the affirmative action plan. B. To attempt to recruit from within the city the necessary number of lower income residents through: local advertising media, signs placed at the proposed site for the project, and community organizations and public or private institutions operating within and servicing the project area such as Service Employment and Redevelopment (SER), Opportunities Industrialization Center (OIC), Urban League, Concentrated Employment Program, Hometown Plan, or the U.S. Employment Service. C. To maintain a list of all lower income residents who have applied either on their own or on referral from any source, and to employ such persons, if otherwise eligible and if a vacancy exists. D. To insert this plan in all bid documents and to require all bidders on subcontracts to submit an affirmative action plan including utilization goals and the specific steps planned to accomplish these goals. E. To insure that subcontracts (greater than $10,000), which are typically let on a negotiated rather than a bid basis in areas other than the covered project area, are also let on a negotiated basis, whenever feasible, in a covered project area. F. To formally contact unions, subcontractors, and trade associations to secure their cooperation in this effort. G. To insure that all appropriate project area business concerns are notified of pending sub- contractual opportunities. H. To maintain records, including copies of correspondence, memoranda, etc., which document that all of the above affirmative action steps have been taken. I. To appoint or recruit an executive official of the company or agency as Equal Opportunity Officer to coordinate the implementation of this plan. J. To maintain records concerning the amount and number of contracts, subcontracts, and purchases which contribute to objectives. K. To maintain records of all projected work force needs for all phases of the project by occupation, trade, skill level, and number of positions and to update these projections based on the extent to which hiring meets these Local Opportunity objectives. As officers and representatives of , we the undersigned have read and fully agree to this Plan, and become a party to the full implementation of the program and its provisions. Signature Title Date D-9 PROPOSED CONTRACTS BREAKDOWN • Type of Contracts No. of Approx. Total Estimated No. to Estimated $ Contracts Dollar Amount local Business Amount Local Business ESTIMATED PROJECT WORKFORCE BREAKDOWN Work Total Estimated No. of Positions No. of Positions No. of Positions Classifications Positions Currently Filled not Filled to fill with LEA Residents • Totals • D-10 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. • Name of Bidder: Date Organized: Address: Date Incorporated: Number of Years in contracting business under present name: CONTRACTS ON HAND: Contract Amount $ Completion Date Type of work performed by your company: Have you ever failed to complete any work awarded to you? Have you ever defaulted on a contract? List the projects most recently completed by your firm (include project of similar importance): Project Amount $ Mo/Yr Completed Major equipment available for this contract: 4111 Attach resume(s) for the principal member(s) of your organization, including the officers as well as the proposed superintendent for the project. Credit available: $ Bank reference: The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Port Arthur in verification of the recitals comprising this Statement of Bidder's Qualifications. Executed this day of , 20_ By:(signature) Title: (print name) D-1 1 11111 • CONTRACTOR CERTIFICATIONS U.S. Department of Housing and Urban Development CERTIFICATION OF BIDDER REGARDING CIVIL RIGHTS LAWS AND REGULATIONS INSTRUCTIONS CERTIFICATION OF BIDDER REGARDING Executive Order 11246 and Federal Laws Requiring Federal Contractor to adopt and abide by equal employment opportunity and affirmative action in their hiring, firing, and promotion practices. This includes practices related to race, color, gender, religion, national origin, disability, and veterans' rights. NAME AND ADDRESS OF BIDDER(include ZIP Code) CERTIFICATION BY BIDDER Bidder has participated in a previous contract or subcontract subject to Civil Rights Laws and Regulations. ❑ Yes ❑ No The undersigned hereby certifies that: • ❑ The Provision of Local Traininq, Employment,and Business Opportunities clause(Section 3 provision)is included in the Contract. A written Section 3 plan(Local Opportunity Plan)was prepared and submitted as part of the bid proceedings(if bid equals or exceeds$100,000). ❑ The Non Segregated Facilities clause(Section 109 provision)is included in the Contract. No segregated facilities will be maintained as required by Title VI of the Civil Rights Act of 1964. ❑ The Equal Employment Opportunity clause is included in the Contract(if bid equals or exceeds$10,000). ❑ The Affirmative Action for Handicapped Workers clause is included in the contract. Have you ever been or are you being considered for sanction due to violation of Executive Order 11246, as amended? ❑ Yes ❑ No NAME AND TITLE OF SIGNER(Please type) SIGNATURE DATE SECTION 504 CERTIFICATION • D-12 • POLICY OF NONDISCRIMINATION ON THE BASIS OF DISABILITY The does not discriminate on the basis of disability in the admission or access to, or treatment or employment in, its federally assisted programs or activities. (Name) (Address) City State Zip • Telephone Number ( ) — Voice ( ) - TDD has been designated to coordinate compliance with the nondiscrimination requirements contained in the Department of Housing and Urban Development's (HUD) regulations implementing Section 504 (24 CFR Part 8. dated June 2, 1988). • D-13 0 0 I SECTION E • BID BOND BID BOND • KNOW ALL MEN BY THESE PRESENTS, that we the undersigned, as PRINCIPAL, and , as SURETY are held and firmly bound unto hereinafter called the "Owner", in the penal sum of Dollars, ($ ), lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the Accompanying Bid, dated , for NOW, THEREFOR, if the Principal shall not withdraw said Bid within the period specified therein after the opening of the same, or, if no period be specified, within thirty (30) days after the said opening, and shall within the period specified therefor, or if no period be specified, within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the Owner in accordance with the Bid as accepted, and give bond with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract; or in the event of the withdrawal of said Bid within the period specified, or the failure to enter into such Contract and give such bond within the time specified, if the Principal shall pay the Owner the difference between the amount specified in said Bid and the amount for which the local Public Agency may procure the required work or supplies or both, if the latter be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. • IN WITNESS THEREOF, the above-bounded parties have executed this instrument under their several seals this day of , the name and corporate seal of each corporate party being hereto affixed and these present signed by its undersigned representative, pursuant to authority of its governing body. (SEAL) (SEAL) Attest: By: Affix Corporate Seal Attest: By: Affix Corporate Seal Attest: By: Countersigned By * Attorney-in-Fact, State of 411 E-1 CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the , , Secretary of the Corporation named as Principal in the within bond; that , who signed the said bond on behalf of the Principal was then of said corporation; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to, for and in behalf of said corporation by authority of this governing body. Corporate Seal Title: * Power-of-attorney for person signing for surety company must be attached to bond. • E-2 • • SECTION F • GENERAL CONTRACT CONDITIONS FOR CONSTRUCTION GENERAL CONTRACT CONDITIONS FOR CONSTRUCTION 1. Contract and Contract Documents (a) The project to be constructed pursuant to this contract will be financed with assistance from the CDBG and is subject to all applicable Federal and State laws and regulations. (b) The Plans, Specifications and Addenda, hereinafter enumerated in Paragraph 1 of the Supplemental General Conditions shall form part of this contract and the provisions thereof shall be as binding upon the parties hereto as if they were herein fully set forth. 2. Definitions Whenever used in any of the contract Documents, the following meanings shall be given to the terms here in defined: (a) The term "Contract" means the Contract executed between the City of Port Arthur, hereinafter called the Owner and .hereinafter called Contractor, of which these GENERAL CONDITIONS, form a part. (b) The term "Project Area" means the area within which are the specified Contract limits of the Improvements contemplated to be constructed in whole or in part under this contract. 411 (c) The term "Engineer" means Arceneaux & Gates Consulting Engineers, Inc., A Burrow Global Company Engineer in charge, serving the Owner with architectural or engineering services, his successor, or any other person or persons, employed by the Owner for the purpose of directing or having in charge the work embraced in this Contract. (d) The term "Contract Documents" means and shall include the following: Executed Contract, Addenda (if any), Invitation for Bids, Instructions to Bidders, Signed Copy of Bid, General Conditions, Special Conditions, Technical Specifications, and Drawings (as listed in the Schedule of Drawings). 3. Supervision By Contractor (a) Except where the Contractor is an individual and gives his personal supervision to the work, the Contractor shall provide a competent superintendent, satisfactory to the Local Public Agency and the Engineer, on the work at all times during working hours with full authority to act for him. The Contractor shall also provide an adequate staff for the proper coordination and expediting of his work. (b) The Contractor shall lay out his own work and he shall be responsible for all work executed by him under the Contract. He shall verify all figures and elevations before proceeding with the work and will be held responsible for any error resulting from his failure to do so. • 2009 TxCDBG Project Implementation Manual Appendix K F-1 4. Subcontracts • (a) The Contractor shall not execute an agreement with any subcontractor or permit any subcontractor to perform any work included in this contract until he has verified the subcontractor as eligible to participate in federally funded contracts. (b) No proposed subcontractor shall be disapproved by the city/county except for cause. (c) The Contractor shall be as fully responsible to the city for the acts and omissions of his subcontractors, and of persons either directly or indirectly employed by them. (d) The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work and required compliance by each subcontractor with the applicable provisions of the Contract. (e) Nothing contained in the Contract shall create any contractual relation between any subcontractor and the Owner. 5. Fitting and Coordination of Work The Contractor shall be responsible for the proper fitting of all work and for the coordination of the operations of all trades, subcontractors, or material suppliers engaged upon this Contract. 6. Payments to Contractor (a) Partial Payments • 1) The Contractor shall prepare his requisition for partial payment as of the last day of the month and submit it, with the required number of copies, to the Engineer for his approval. The amount of the payment due the Contractor shall be determined by adding to the total value of work completed to date, the value of materials properly stored on the site and deducting (1) five percent (5%) of the total amount, to be retained until final payment and (2) the amount of all previous payments. The total value of work completed to date shall be based on the estimated quantities of work completed and on the unit prices contained in the agreement. The value of materials properly stored on the site shall be based upon the estimated quantities of such materials and the invoice prices. Copies of all invoices shall be available for inspection of the Engineer. 2) Monthly or partial payments made by the Owner to the Contractor are moneys advanced for the purpose of assisting the contractor to expedite the work of construction. The Contractor shall be responsible for the care and protection of all materials and work upon which payments have been made until final acceptance of such work and materials by the Owner. Such payments shall not constitute a waiver of the right of the Owner to require the fulfillment of all terms of the Contract and the delivery of all improvements embraced in this Contract complete and satisfactory to the Owner in all details. (b) Final Payment 1) After final inspection and acceptance by the Owner of all work under the Contract, the Contractor shall prepare his requisition for final payment which shall be based upon the careful inspection of each item of work at the applicable unit prices stipulated in the • 2009 TxCDBG Project Implementation Manual Appendix K F-2 Agreement. The total amount of the final payment due the Contractor under this • contract shall be the amount computed as described above less all previous payments. 2) The Owner before paying the final estimate, shall require the Contractor to furnish releases or receipts from all subcontractors having performed any work and all persons having supplied materials, equipment (installed on the Project) and services to the Contractor, if the Owner deems it necessary in order to protect its interest. The Owner may, if it deems such action advisable, make payment in part or in full to the Contractor without requiring the furnishing of such releases or receipts and any payments made shall in no way impair the obligations of any surety or sureties furnished under this Contract. 3) Any amount due the Owner under Liquidated Damages, shall be deducted from the final payment due the contractor. (c) Payments Subject to Submission of Certificates Each payment to the Contractor by the Owner shall be made subject to submission by the Contractor of all written certifications required of him and his subcontractors. (d) Withholding Payments The Owner may withhold from any payment due the Contractor whatever is deemed necessary to protect the Owner, and if so elects, may also withhold any amounts due from the Contractor to any subcontractors or material dealers, for work performed or material • furnished by them. The foregoing provisions shall be construed solely for the benefit of the Owner and will not require the Owner to determine or adjust any claims or disputes between the Contractor and his subcontractors or material dealers, or to withhold any moneys for their protection unless the Owner elects to do so. The failure or refusal of the Owner to withhold any moneys from the Contractor shall in no way impair the obligations of any surety or sureties under any bond or bonds furnished under this Contract. 7. Changes in the Work (a) The Owner may make changes in the scope of work required to be performed by the Contractor under the Contract without relieving or releasing the Contractor from any of his obligations under the Contract or any guarantee given by him pursuant to the Contract provisions, and without affecting the validity of the guaranty bonds, and without relieving or releasing the surety or sureties of said bonds. All such work shall be executed under the terms of the original Contract unless it is expressly provided otherwise. Additionally, all such change orders must be approved by the CDBG staff prior to execution of same. (b) Except for the purpose of affording protection against any emergency endangering health, life, limb or property, the Contractor shall make no change in the materials used or in the specified manner of constructing and/or installing the improvements or supply additional labor, services or materials beyond that actually required for the execution of the Contract, unless in pursuance of a written order from the Owner authorizing the Contractor to proceed with the change. No claim for an adjustment of the Contract Price will be valid unless so ordered. 2009 TxCDBG Project Implementation Manual • Appendix K F-3 (c) If applicable unit prices are contained in the Agreement, the Owner may order the 4110 Contractor to proceed with desired unit prices specified in the Contract; provided that in case of a unit price contract the net value of all changes does not increase the original total amount of the agreement by more than twenty-five percent (25%) or decrease the original the total amount by eighteen percent (18%). (d) Each change order shall include in its final form: 1) A detailed description of the change in the work. 2) The Contractor's proposal (if any) or a confirmed copy thereof. 3) A definite statement as to the resulting change in the contract price and/or time. 4) The statement that all work involved in the change shall be performed in accordance with contract requirements except as modified by the change order. 5) The procedures as outlined in this Section for a unit price contract also apply in any lump sum contract. 8. Claims for Extra Cost (a) If the Contractor claims that any instructions by Drawings or otherwise involve extra cost or extension of time, he shall, within ten days after the receipt of such instructions, and in any event before proceeding to execute the work, submit his protest thereto in writing to the Owner, stating clearly and in detail the basis of his objections. No such claim will be considered unless so made. (b) Claims for additional compensation for extra work, due to alleged errors in ground elevations, contour lines, or bench marks, will not be recognized unless accompanied by certified survey data, made prior to the time the original ground was disturbed, clearly showing that errors exist which resulted, or would result, in handling more material, or performing more work, than would be reasonably estimated from the Drawings and maps issued. (c) Any discrepancies which may be discovered between actual conditions and those represented by the Drawings and maps shall be reported at once to the Owner and work shall not proceed except at the Contractor's risk, until written instructions have been received by him from the Owner. (d) If, on the basis of the available evidence, the Owner determines that an adjustment of the Contract Price and/or time is justifiable, a change order shall be executed. 9. Termination, Delays, and Liquidated Damages (a) Right of the Owner to Terminate Contract. (b) In the event that any of the provisions of this contract are violated by the Contractor, or by any of his subcontractors, the Owner may serve written notice upon the Contractor and the Surety of its intention to terminate the contract. The notices shall contain the reasons for • 2009 TxCDBG Project Implementation Manual Appendix K F-4 such intention to terminate the contract, and unless such violation or delay shall cease and satisfactory arrangement of correction be made within ten days, the contract shall, upon the expiration of said ten (10) days, cease and terminate. In the event of any such termination, the Owner shall immediately serve notice thereof upon the Surety and the Contractor. The Surety shall have the right to take over and perform the contract. Provided, however, that if the Surety does not commence performance thereof within ten (10) days from the date of the mailing to such Surety of notice of termination, the Owner may take over the work and complete the project by bid/contract or by force account at the expense of the Contractor and his Surety shall be liable to the Owner for any excess cost incurred. In such event the Owner may take possession of and utilize in completing the work, such materials, appliances, and plant as may be on the site of the work and necessary therefore. (c) Liquidated Damages for Delays. (d) If the work is not completed within the time stipulated in the applicable bid for Lump Sum or Unit Price Contract provided, the Contractor shall pay to the Owner as fixed, agreed, and liquidated damages (it being impossible to determine the actual damages occasioned by the delay) the amount of$ 500.00 for each calendar day of delay, until the work is completed. The Contractor and his sureties shall be liable to the Owner for the amount thereof. (e) Excusable Delays. 1) The right of the Contractor to proceed shall not be terminated nor shall the Contractor be charged with liquidated damages for any delays in the completion of the work due to: • 2) Any acts of the Government, including controls or restrictions upon or requisitioning of materials, equipment, tools, or labor by reason of war, national defense, or any other national emergency; 3) Any acts of the Owner; 4) Causes not reasonably foreseeable by the parties to this Contract at the time of the execution of the Contract which are beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, acts of another Contractor in the performance of some other contract with the Owner, fires, floods, epidemics, quarantine, restrictions, strikes, freight embargoes, and weather of unusual severity such as hurricanes, tornadoes, cyclones and other extreme weather conditions. 5) Provided, however, that the Contractor promptly notifies the Owner within ten (10) days in writing of the cause of the delay. Upon receipt of such notification, the Owner shall ascertain the facts and the cause and extent of delay. If, upon the basis of the facts and the terms of this contract, the delay is properly excusable, the Owner shall extend the time for completing the work for a period of time commensurate with the period of excusable delay. • 2009 TxCDBG Project Implementation Manual Appendix K F-5 10. Assignment or Novation • The Contractor shall not assign or transfer, whether by an assignment or novation, any of its rights, duties, benefits, obligations, liabilities, or responsibilities under this Contract without the written consent of the Owner; provided, however, that assignments to banks or other financial institutions may be made without the consent of the Owner. No assignment or novation of this Contract shall be valid unless the assignment or novation expressly provides that the assignment of any of the Contractor's rights or benefits under the Contract is subject to a prior lien for labor performed, services rendered, and materials, tools, and equipment supplied for the performance of the work under this Contract in favor of all persons, firms, or corporations rendering such labor or services or supplying such materials, tools, or equipment. 11. Disputes (a) All disputes arising under this Contract or its interpretation except those disputes covered by FEDERAL LABOR STANDARDS PROVISIONS whether involving law or fact or both, or extra work, and all claims for alleged breach of contract shall, within ten (10) days of commencement of the dispute, be presented by the Contractor to the Owner for decision. Any claim not presented within the time limit specified in this paragraph shall be deemed to have been waived, except that if the claim is of a continuing character and notice of the claim is not given within ten (10) days of its commencement, the claim will be considered only for a period commencing ten (10) days prior to the receipt of the Owner. (b) The Contractor shall submit in detail his claim and his proof thereof. (c) If the Contractor does not agree with any decision of the Owner, he shall in no case allow • the dispute to delay the work but shall notify the Owner promptly that he is proceeding with the work under protest. 12. Technical Specifications and Drawings Anything mentioned in the Technical Specifications and not shown on the Drawings or vice versa, shall be of like effect as if shown on or mentioned in both. In case of difference between Drawings and Technical Specifications, the Technical Specifications shall govern. In case of any discrepancy in Drawings, or Technical Specifications, the matter shall be immediately submitted to the Owner, without whose decision, said discrepancy shall not be adjusted by the Contractor, save only at his own risk and expense. 13. Shop Drawings (a) All required shop drawings, machinery details, layout drawings, etc. shall be submitted to the Engineer in 6 copies for approval sufficiently in advance of requirements to afford ample time for checking, including time for correcting, resubmitting and rechecking if necessary. The Contractor may proceed, only at his own risk, with manufacture or installation of any equipment or work covered by said shop drawings, etc. until they are approved and no claim, by the Contractor, for extension of the contract time shall be granted by reason of his failure in this respect. (b) Any drawings submitted without the Contractor's stamp of approval will not be considered and will be returned to him for proper resubmission. If any drawings show variations from the requirements of the Contract because of standard shop practice or other reason, the 2009 TxCDBG Project Implementation Manual Appendix K F-6 Contractor shall make specific mention of such variation in his letter of transmittal in order • that, if acceptable, suitable action may be taken for proper adjustment of contract price and/or time, otherwise the Contractor will not be relieved of the responsibility for executing the work in accordance with the Contract even though the drawings have been approved. (c) If a shop drawing is in accordance with the contract or involves only a minor adjustment in the interest of the Owner not involving a change in contract price or time; the engineer may approve the drawing. The approval shall not relieve the Contractor from his responsibility for adherence to the contract or for any error in the drawing. 14. Requests for Supplementary Information It shall be the responsibility of the Contractor to make timely requests of the Owner for any additional information not already in his possession which should be furnished by the Owner under the terms of this Contract, and which he will require in the planning and execution of the work. Such requests may be submitted from time to time as the need approaches, but each shall be filed in ample time to permit appropriate action to be taken by all parties involved so as to avoid delay. Each request shall be in writing, and list the various items and the latest date by which each will be required by the Contractor. The first list shall be submitted within two weeks after Contract award and shall be as complete as possible at that time. The Contractor shall, if requested, furnish promptly any assistance and information the Engineer may require in responding to these requests of the Contractor. The Contractor shall be fully responsible for any delay in his work or to others arising from his failure to comply fully with the provision of this section. 15. Materials and Workmanship • (a) Unless otherwise specifically provided for in the technical specifications, all workmanship, equipment, materials and articles incorporated in the work shall be new and the best grade of the respective kinds for the purpose. Where equipment, materials, articles or workmanship are referred to in the technical specifications as "equal to" any particular standard, the Engineer shall decide the question of equality. (b) The Contractor shall furnish to the Owner for approval the manufacturer's detailed specifications for all machinery, mechanical and other special equipment, which he contemplates installing together with full information as to type, performance characteristics, and all other pertinent information as required, and shall likewise submit for approval full information concerning all other materials or articles which he proposes to incorporate. (c) Machinery, mechanical and other equipment, materials or articles installed or used without such prior approval shall be at the risk of subsequent rejection. (d) Materials specified by reference to the number or symbol of a specific standard, shall comply with requirements in the latest revision thereof and any amendment or supplement thereto in effect on the date of the Invitation for Bids, except as limited to type, class or grade, or modified in the technical specifications shall have full force and effect as though printed therein. (e) The Owner may require the Contractor to dismiss from the work such employee or employees as the Owner or the Engineer may deem incompetent, or careless, or insubordinate. 2009 TxCDBG Project Implementation Manual Appendix K F-7 16. Samples, Certificates and Tests • (a) The Contractor shall submit all material or equipment samples, certificates, affidavits, etc., as called for in the contract documents or required by the Engineer, promptly after award of the contract and acceptance of the Contractor's bond. No such material or equipment shall be manufactured or delivered to the site, except at the Contractor's own risk, until the required samples or certificates have been approved in writing by the Engineer. Any delay in the work caused by late or improper submission of samples or certificates for approval shall not be considered just cause for an extension of the contract time. (b) Each sample submitted by the Contractor shall carry a label giving the name of the Contractor, the project for which it is intended, and the name of the producer. The accompanying certificate or letter from the Contractor shall state that the sample complies with contract requirements, shall give the name and brand of the product, its place of origin, the name and address of the producer and all specifications or other detailed information which will assist the Engineer in making a prompt decision regarding the acceptability of the sample. It shall also include the statement that all materials or equipment furnished for use in the project will comply with the samples and/or certified statements. (c) Approval of any materials shall be general only and shall not constitute a waiver of the Owner's right to demand full compliance with Contract requirements. After actual deliveries, the Engineer will have such check tests made as he deems necessary in each instance and may reject materials and equipment and accessories for cause, even though such materials and articles have been given general approval. If materials, equipment or accessories which fail to meet check tests have been incorporated in the work, the Engineer will have the right to cause their removal and replacement by proper materials or to demand and secure such reparation by the Contractor as is equitable. (d) All materials and equipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards. The laboratory or inspection agency shall be accepted by the OWNER. The CONTRACTOR will pay for all laboratory inspection service direct, as part of the Contract. 17. Permits and Codes (a) The Contractor shall give all notices required by and comply with all applicable laws, ordinances, and codes of the Local Government. All construction work and/or utility installations shall comply with all applicable ordinances, and codes including all written waivers. Before installing any work, the Contractor shall examine the drawings and technical specifications for compliance with applicable ordinances and codes and shall immediately report any discrepancy to the Owner. Where the requirements of the drawings and technical specifications fail to comply with such applicable ordinances or codes, the Owner will adjust the Contract by Change Order to conform to such ordinances or codes (unless waivers in writing covering the difference have been granted by the governing body or department) and make appropriate adjustment in the Contract Price or stipulated unit prices. (b) Should the Contractor fail to observe the foregoing provisions and proceed with the construction and/or install any utility at variance with any applicable ordinance or code, including any written waivers (notwithstanding the fact that such installation is in compliance 2009 TxCDBG Project Implementation Manual Appendix K F-8 with the drawings and technical specifications), the Contractor shall remove such work • without cost to the Owner. (c) The Contractor shall at his own expense, secure and pay for all permits for street pavement, sidewalks, shed, removal of abandoned water taps, sealing of house connection drains, pavement cuts, buildings, electrical, plumbing, water, gas and sewer permits required by the local regulatory body or any of its agencies. (d) The Contractor shall comply with applicable local laws and ordinances governing the disposal of surplus excavation, materials, debris and rubbish on or off the Project Area and commit no trespass on any public or private property in any operation due to or connected with the Improvements contained in this Contract. (e) The Contractor will be required to make arrangements for and pay the water, electrical power, or any other utilities required during construction. (f) During construction of this project, the Contractor shall use every means possible to control the amount of dust created by construction. Prior to the close of a day's work, the Contractor, if directed by the Owner, shall moisten the bank and surrounding area to prevent a dusty condition. 18. Care of Work (a) The Contractor shall be responsible for all damages to person or property that occur as a result of his fault or negligence in connection with the prosecution of the work and shall be responsible for the proper care and protection of all materials delivered and work performed • until completion and final acceptance. (b) The Contractor shall provide sufficient competent watchmen, both day and night, including Saturdays, Sundays, and holidays, from the time the work is commenced until final completion and acceptance. (c) In an emergency affecting the safety of life, limb or property, including adjoining property, the Contractor, without special instructions or authorization from the Owner is authorized to act at his discretion to prevent such threatened loss or injury, and he shall so act. He shall likewise act if instructed to do so by the Owner. (d) The Contractor shall avoid damage as a result of his operations to existing sidewalks, streets, curbs, pavements, utilities (except those which are to be replaced or removed), adjoining property, etc., and he shall at his own expense completely repair any damage thereto caused by his operations. (e) The Contractor shall shore up, brace, underpin, secure, and protect as maybe necessary, all foundations and other parts of existing structures adjacent to, adjoining, and in the vicinity of the site, which may be in any way affected by the excavations or other operations connected with the construction of the improvements included in this Contract. The Contractor shall be responsible for the giving of any and all required notices to any adjoining or adjacent property owner or other party before the commencement of any work. The Contractor shall indemnify and save harmless the Owner from any damages on account of settlements or the loss of lateral support of adjoining property and from all loss or expense and all 2009 TxCDBG Project Implementation Manual Appendix K F-9 damages for which the Owner may become liable in consequence of such injury or damage • to adjoining and adjacent structures and their premises. 19. Accident Prevention (a) No laborer or mechanic employed in the performance of this Contract shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety as determined under construction safety and health standards promulgated by the Secretary of Labor. (b) The Contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of his prosecution of the work. (c) The Contractor shall maintain an accurate record of all cases of death, occupational disease, or injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under the Contract. The Contractor shall promptly furnish the Owner with reports concerning these matters. (d) The Contractor shall indemnify and save harmless the Owner from any claims for damages resulting from property damage, personal injury and/or death suffered or alleged to have been suffered by any person as a result of any work conducted under this contract. (e) The Contractor shall provide trench safety for all excavations more than five feet deep prior to excavation. All OSHA Standards for trench safety must be adhered to by the Contractor. (f) The contractor shall at all times conduct his work in such a manner as to insure the least • possible inconvenience to vehicular and pedestrian traffic. At the close of the work each day, all streets where possible in the opinion of the Owner, shall be opened to the public in order that persons living in the area may have access to their homes or businesses by the use of the streets. Barricades, warning signs, and necessary lighting shall be provided to the satisfaction of the Owner at the expense of the Contractor. 20. Sanitary Facilities The Contractor shall furnish, install and maintain ample sanitary facilities for the workmen. As the needs arise, a sufficient number of enclosed temporary toilets shall be conveniently placed as required. Drinking water shall be provided from an approved source, so piped or transported as to keep it safe and fresh and served from single service containers or satisfactory types of sanitary drinking stands or fountains. All such facilities and services shall be furnished in strict accordance with existing and governing health regulations. 21. Use of Premises (a) The Contractor shall confine his equipment, storage of materials, and construction operations to the contract limits as shown on the drawings and as prescribed by ordinances or permits, or as may be desired by the Owner, and shall not unreasonably encumber the site or public rights of way with his materials and construction equipment. 2009 TxCDBG Project Implementation Manual • Appendix K F-10 (b) The Contractor shall comply with all reasonable instructions of the Owner and all existing • state and local regulations regarding signs, advertising, traffic, fires, explosives, danger signals, and barricades. 22. Removal of Debris, Cleaning, Etc. The Contractor shall, periodically or as directed during the progress of the work, remove and legally dispose of all surplus excavated material and debris, and keep the Project Area and public rights of way reasonably clear. Upon completion of the work, he shall remove all temporary construction facilities, debris and unused materials provided for work, and put the whole site of the work and public rights of way in a neat and clean condition. 23. Inspection (a) All materials and workmanship shall be subject to inspection, examination, or test by the Owner and Engineer at any and all times during manufacture or construction and at any and all places where such manufacture or construction occurs. The Owner shall have the right to reject defective material and workmanship or require its correction. Unacceptable workmanship shall be satisfactorily corrected. Rejected material shall be promptly segregated and removed from the Project Area and replaced with material of specified quality without charge. If the Contractor fails to proceed at once with the correction of rejected workmanship or defective material, the Owner may by contract or otherwise have the defects remedied or rejected materials removed from the Project Area and charge the cost of the same against any Monies which may be due the Contractor, without prejudice to any other rights or remedies of the Owner. (b) The Contractor shall furnish promptly all materials reasonably necessary for any tests which • may be required. All tests by the Owner will be performed in such manner as not to delay the work unnecessarily and will be made in accordance with the provisions of the technical specifications. (c) The Contractor shall notify the Owner sufficiently in advance of back filling or concealing any facilities to permit proper inspection. If any facilities are concealed without approval or consent of the Owner, the Contractor shall uncover for inspection and recover such facilities at his own expense, when so requested by the Owner. (d) Should it be considered necessary or advisable by the Owner at any time before final acceptance of the entire work to make an examination of work already completed by uncovering the same, the Contractor shall on request promptly furnish all necessary facilities, labor, and material. If such work is found to be defective in any important or essential respect, due to fault of the Contractor or his subcontractors, the Contractor shall defray all the expenses of such examination and of satisfactory reconstruction. If, however, such work is found to meet the requirements of the Contract, the actual cost of labor and material necessarily involved in the examination and replacement, shall be allowed the Contractor and he shall, in addition, if completion of the work of the entire Contract has been delayed thereby, be granted a suitable extension of time on account of the additional work involved. (e) Inspection of materials and appurtenances to be incorporated in the improvements included in this Contract may be made at the place of production, manufacture or shipment, whenever the quantity justifies it, and such inspection and acceptance, unless otherwise 2009 TxCDBG Project Implementation Manual Appendix K F-11 stated in the technical specifications, shall be final, except as regards (1) latent defects, (2) • departures from specific requirements of the Contract, (3) damage or loss in transit, or (4) fraud or such gross mistakes as amount to fraud. Subject to the requirements contained in the preceding sentence, the inspection of materials as a whole or in part will be made at the Project Site. (f) Neither inspection, testing, approval nor acceptance of the work in whole or in part, by the Owner or its agents shall relieve the Contractor or his sureties of full responsibility for materials furnished or work performed not in strict accordance with the Contract. 24. Review by Owner The Owner and its authorized representatives and agents shall have access to and be permitted to observe and review all work, materials, equipment, payrolls, personnel records, employment conditions, material invoices, and other relevant data and records pertaining to this Contract, provided, however that all instructions and approval with respect to the work will be given to the Contractor only by the Owner through its authorized representatives or agents. 25. Final Inspection When the Improvements included in this Contract are substantially completed, the Contractor shall notify the Owner in writing that the work will be ready for final inspection on a definite date which shall be stated in the notice. The Owner will make the arrangements necessary to have final inspection commenced on the date stated in the notice, or as soon thereafter as is practicable. 26. Deduction for Uncorrected Work • If the Owner deems it not expedient to require the Contractor to correct work not done in accordance with the Contract Documents, an equitable deduction from the Contract Price will be made by agreement between the Contractor and the Owner and subject to settlement, in case of dispute, as herein provided. 27. Insurance The Contractor shall not commence work under this contract until he has obtained all the insurance required under this paragraph and such insurance has been approved by the Owner. (a) Compensation Insurance: The Contractor shall procure and shall maintain during the life of this contract Worker's Compensation Insurance as required by the State of Texas for all of his employees to be engaged in work at the site of the project under this contract and, in case of any such work sublet, the Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the employees to be engaged in such work unless such employees are covered by the protection afforded by the Contractor's Worker's Compensation Insurance. (1) Standard Worker's Compensation Insurance (with waiver of subrogation in favor of the City of Port Arthur, Arceneaux & Gates Consulting Engineering, Inc., A Burrow Global Company, its officers, agents & employees). (City and Contractor and all persons providing services shall comply with the workers compensation insurance requirements of Section • 2009 TxCDBG Project Implementation Manual Appendix K F-12 406.096 of the Texas Labor Code and 28 TAC Section 110.110, a copy of which is attached hereto and is hereby incorporated by reference). (b) Contractor's Public Liability and Property Damage Insurance and Vehicle Liability Insurance: The Contractor shall procure and shall maintain during the life of this contract Contractor's Public Liability Insurance, Contractor's Property Damage Insurance and Vehicle Liability Insurance in the following amounts: (1) Commercial General Liability occurrence type insurance. No. "XCU" RESTRICTIONS SHALL BE APPLICABLE. Products/completed operations coverage must be included, and City of Port Arthur, Arceneaux & Gates Consulting Engineering, Inc., A Burrow Global Company, its officers, agents, and employees must be named as an additional Insured). a. Bodily Injury $500,000 single limit per occurrence or$500,000 each person/$500,000 per occurrence for contracts of$100,000 or less; or, b. Bodily Injury $1,000,000 single limit per occurrence of$1,000,000 each person/$1,000,000 per occurrence for contracts in excess of$100,000; and, c. Property Damage $100,000 per occurrence regardless of Contract amount; and, d. Minimum aggregate policy year limit of$1,000,000 for contracts of$100,000 or less; or, e. Minimum aggregate policy year limit of$2,000,000 for contracts in excess of$100,000. (2) Comprehensive Automobile Liability (Including owned, non- owned and hired vehicles coverage). a. Minimum combined single limit of$500,000 per occurrence for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. (3) Contractual Liability Insurance covering the indemnity provision of this Contract in the same amount and coverage as provided for Commercial General Liability Policy, specifically referring to this Contract by date, job number and location; (4) All-Risk Builder's Risk of the non-reporting type (not required for paving projects, water and sewer • 2009 TxCDBG Project Implementation Manual Appendix K F-13 line projects or projects involving lump sum payments). • (c) Proof of Insurance: The Contractor shall furnish the Owner with certificates showing the type, amount, class of operations covered, effective dates and date of expiration of policies. Such certificates shall also contain substantially the following statement: The insurance covered by this certificate will not be canceled or materially altered, except after ten (10) days written notice has been received by the Owner." 28. Warranty of Title No material, supplies, or equipment to be installed or furnished under this Contract shall be purchased subject to any chattel mortgage or under a conditional sale, lease-purchase or other agreement by which an interest is retained by the seller or supplier. The Contractor shall warrant good title to all materials, supplies, and equipment installed or incorporated in the work and upon completion of all work, shall deliver the same together with all improvements and appurtenances constructed or placed by him to the Owner free from any claims, liens, or charges. Neither the Contractor nor any person, firm, or corporation furnishing any material or labor for any work covered by this Contract shall have any right to a lien upon any improvement or appurtenance. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor to recover under any law permitting such persons to look to funds due the Contractor in the hands of the Owner. The provisions of this paragraph shall be inserted in all subcontracts and material contracts and notice of its provisions shall be given to all persons furnishing materials for the work when no formal contract is entered into for such materials. 29. Warranty of Workmanship and Materials • Neither the final certificate of payment nor any provision in the Contract nor partial or entire use of the improvements included in this Contract by the Owner or the public shall constitute an acceptance of work not done in accordance with the Contract or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall promptly remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within a period of 12 months from the date of final acceptance of the work. 30. Compliance with Air and Water Acts (a) In compliance with the Clean Air Act, as amended, 41 U.S.C. Sec. 7401 et. seq., and the regulations of the Environmental Protection Agency with respect thereto, the Contractor agrees that: 1) Any facility to be utilized in the performance of this contract or any subcontract shall not be a facility listed on the EPA List of Violating Facilities pursuant to 40 CFR 15.20. 2) He will comply with all requirements of Section 114 of the Clean Air Act, as amended. 3) Materials utilized in the project shall be free of any hazardous materials, except as may be specifically provided for in the specifications. (b) If the Contractor encounters existing material on sites owned or controlled by the Owner or in material sources that are suspected by visual observation or smell to contain hazardous • 2009 TxCDBG Project Implementation Manual Appendix K F-14 materials, the Contractor shall immediately notify the Engineer and the Owner. The Owner will be responsible for testing for and removal or disposition of hazardous materials on sites owned or controlled by the Owner. The Owner may suspend the work, wholly or in part during the testing, removal or disposition of hazardous materials on sites owned or controlled by the Owner. • 31. Equal Employment Opportunity (a) The Contractor will not discriminate against any employee or the applicant for employment because of race, color, religion, sex, gender, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, gender, or national origin. Such action shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the owner. (b) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. (c) The Contractor will cause the foregoing provisions to be inserted in all subcontracts for any work covered by this contract so that such provisions will be binding upon each subcontractor, provided that the foregoing provisions shall not apply to contracts or subcontracts for standard commercial supplies or raw materials. (d) The Contractor shall take affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. • (e) Contractors are encouraged to participate in voluntary associations which assist in fulfilling their affirmative action obligations. (f) The Contractor is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non- minority. (g) The Contractor shall not use the affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. (h) The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts. (i) Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents. 32. Affirmative Action for Workers with Disabilities 2009 TxCDBG Project Implementation Manual Appendix K F-15 The Contractor will not discriminate against any employee or applicant for employment because of • disability in regard to any position for which the employee or applicant for employment is qualified. The Contractor agrees to take affirmative action to employ, advance in employment and otherwise treat qualified individuals with disabilities without discrimination based upon their disability in all employment practices such as the following: employment, promotion, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 33. Section 109 of the Housing and Community Development Act of 1974 No person in the United States shall on the ground of race, color, national origin, or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with funds made available under this title. 34. The Provision of Local Training, Employment, and Business Opportunities (a) To the greatest extent feasible opportunities for training and employment be given lower income residents of the project area and contracts for work in connection with the project be awarded to business concerns which are located in, or owned in substantial part by persons residing in the area of the project. (b) The Contractor will include this clause in every subcontract for work in connection with the project. 35. Non Segregated Facilities The Contractor certifies that he does not and will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not and will not permit his employees any segregated facilities at any of his establishments, or permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. As used in this paragraph the term "segregated facilities" means any waiting rooms, work areas, rest rooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. 36. Job Offices (a) The Contractor and his subcontractors may maintain such office and storage facilities on the site as are necessary for the proper conduct of the work. These shall be located so as to cause no interference to any work to be performed on the site. The Owner shall be consulted with regard to locations. (b) Upon completion of the improvements, or as directed by the Owner, the Contractors shall remove all such temporary structures and facilities from the site, and leave the site of the work in the condition required by the Contract. 37. Partial Use of Site Improvements 2009 TxCDBG Project Implementation Manual • Appendix K F-16 The Owner may give notice to the Contractor and place in use those sections of the improvements which have been completed, inspected and can be accepted as complying with the technical specifications and if in its opinion, each such section is reasonably safe, fit, and convenient for the use and accommodation for which it was intended, provided: (a) The use of such sections of the Improvements shall in no way impede the completion of the 111 remainder of the work by the Contractor. (b) The Contractor shall not be responsible for any damages or maintenance costs due directly to the use of such sections. (c) The period of guarantee stipulated in the Section 29 hereof shall not begin to run until the date of the final acceptance of all work which the Contractor is required to construct under this Contract. 38. Contract Documents and Drawings The Local Public Agency will furnish the Contractor without charge 6 copies of the Contract Documents, including Technical Specifications and Drawings. Additional copies requested by the Contractor will be furnished at cost. 39. Contract Period The work to be performed under this contract shall commence within the time stipulated by the Owner in the Notice to Proceed, and shall be fully completed within 180 calendar days thereafter. 40. Liquidated Damages Since the actual damages for any delay in completion of the work under this contract are impossible to determine, the Contractor and his Sureties shall be liable for and shall pay to the Owner the sum of Five Hundred Dollars (500) as fixed, agreed and liquidated damages for • each calendar day of delay from the above stipulated time for completion. 2009 TxCDBG Project Implementation Manual Appendix K F-17 • Federal Labor Standards Provisions U.S. Department of Housing • And Urban Development The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (i) Minimum Wages. All laborers and mechanics employed or working upon the site of the work(or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project),will be paid unconditionally and not less than once a week, and without subsequent deduction or rebate on any account(except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act(29 CFR Part 3),the full amount of wages and bona fide fringe benefits(or cash equivalents thereof)due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2)of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs,which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill,except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided,that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR Part 5.5(a)(1)(ii)and the Davis-Bacon poster(WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(a)Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage rate and fringe benefits therefore only • when the following criteria have been met. (1)The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2)The classification is utilized in the area by the construction industry; and (3)The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives,and HUD or its designee agree on the classification and wage rate(including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140). (c) In the event the contractor,the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee,to the Administrator for determination. The Administrator, or an authorized representative will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). (d)The wage rate(including fringe benefits where appropriate)determined pursuant to subparagraphs (1)(b) or(c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii)Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate,the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv)If the contractor does not make payments to a trustee or other third person,the contractor may consider as part of the wages of an laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program. Provided,that the Secretary of Labor has found, upon the written • 2009 TxCDBG Project Implementation Manual Appendix K F-18 request of the contractor,that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). 2.Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor,or any other Federally-assisted contract subject to • Davis-Bacon prevailing wage requirements,which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers,employed by the contractor or any subcontractor the full amount of wages required by the contract, in the event of failure to pay any laborer or mechanic, including any apprentice,trainee or helper, employed or working on the site of the work(or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project),all or part of the wages required by the contract, HUD or its designee may,after written notice to the contractor,sponsor,applicant,or owner,take such action as may be necessary to cause the suspension of any further payment,advance, or guarantee of funds until such violations have ceased. HUD or its designee may,after written notice to the contractor,disburse such amounts withheld for and on account of the contractor disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis-Bacon Act contracts. 3. (i)Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work(or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid(including rates or contributions or costs anticipated for bona fide fringe benefits or cash equivalents there of the types described in Section 1(b)(2)(B)of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR(a)(1)(iv)that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B)of the Davis-Bacon Act,the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs,the registration of the apprentices and trainees,and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017). • (ii)(a)The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party,the contractor will submit the payrolls to the applicant,sponsor,or owner,as the case may be,for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR Part 5.5(a)(3)(i). This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents(Federal Stock Number 029-005-0014-1), U. S. Government Printing Office,Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149). (b)Each payroll submitted shall be accompanied by a"Statement of Compliance,"signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1)That the payroll for the payroll period contains the information required to be maintained under 29 CFR Part 5.5(a)(3)(i)and that such information is correct and complete; (2)That each laborer or mechanic(including each helper, apprentice, and trainee)employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate,either directly or indirectly,and that no deductions have been made either directly or indirectly from the full wages earned,other than permissible deductions as set forth in 29 CFR Part 3; (3)That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed,as specified in the applicable wage determination incorporated into the contract. (c)The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the"Statement of Compliance"required by paragraph A.3.(ii)(b)of this section. 2009 TxCDBG Project Implementation Manual Appendix K F-19 • (d)The falsification of any of the above certifications may subject the contractor or subcontractor to civil • or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii)The contractor or subcontractor shall make the records required under paragraph A.3.(i)of this section available for inspection, copying,or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant,or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR Part 5.12. (4)Apprentices and Trainees. (i)Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration. Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency(where appropriate)to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered,the ratios and wage rates(expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid • fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau,withdraws approval of an apprenticeship program,the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii)Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. the ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits,trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii)Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246,as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract. • 2009 TxCDBG Project Implementation Manual Appendix K F-20 6.Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1)through (10)and such other clauses as HUD or its designee may be appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 7.Contract termination;debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for • termination of the contract,and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8.Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the David-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5,6, and 7. Disputes within the meaning of this clause include disputes between the contractor(or any of its subcontractors)and HUD or its designee,the U.S. Department of Labor,or the employees or their representatives. 10. (i)Certification of Eligibility. By entering into this contract,the contractor certifies that neither it(nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded Government contracts by virtue of Section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a government contract by virtue of Section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)(1)or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (iii)The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1010,Title 18, U.S.C.,"Federal Housing Administration transactions", provides in part"Whoever,for the purpose of... influencing in any way the action of such Administration... makes, utters or publishes any statement, knowing the same to be false... shall be fined not more than $5,000 or imprisoned not more than two years,or both." 11.Complaints,Proceedings,or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B.Contract Work Hours and Safety Standards Act. As used in this paragraph, the terms"laborers"and "mechanics"include watchmen and guards. • (1)Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2)Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1)of this paragraph,the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia or a territory,to such District or to such territory),for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1)of this paragraph, in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of eight hours or in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in subparagraph (1)of this paragraph. (3)Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld,from any moneys payable on account of work performed by the contractor with the same prime contract, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2)of this paragraph. (4)Subcontracts.The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1)through (4)of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any 2009 TxCDBG Project Implementation Manual Appendix K F-21 411 subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs(1)through(4)of this • paragraph. C. Health and Safety (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous,or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2)The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 (formerly part 1518)and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act(Public Law 91-54,83 Stat.96). (3)The Contractor shall include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor.The contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. • 2009 TxCDBG Project Implementation Manual • Appendix K F-22 • • SECTION G LABOR CLASSIFICATION AND MINIMUM WAGE SCALE • LABOR CLASSIFICATION AND MINIMUM WAGE SCALE • A. GENERAL. Article 5159a of the Revised Civil Statutes of Texas, passed by the 43rd Legislature Acts of 1933, Page 91, Chapter 45, provides that any government subdivision shall ascertain the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft or type of workman or mechanic and shall specify in the call for bids and in the Contract the prevailing rate of per diem wages which shall be paid for each craft type of workman. This Article further provides that the CONTRACTOR shall forfeit, as a penalty, to the City, County, or State, or other political subdivision, Ten Dollars ($10.00) per day for each laborer, or workman, or mechanic who is not paid the stipulated wage for the type of work performed by him as set up on the wage scale. The OWNER is authorized to withhold from the CONTRACTOR, after full investigation by the awarding body, the amount of this penalty in any payment that might be claimed by the CONTRACTOR or Subcontractor. The Act makes the CONTRACTOR responsible for the acts of the Subcontractor in this respect. The Article likewise requires that the CONTRACTOR and Subcontractor keep an III accurate record of the names and occupations of all persons employed by him and show the actual per diem wages paid to each worker, and these records are open to the inspection of the OWNER. B. LABOR CLASSIFICATION AND MINIMUM WAGE SCALE: Attached hereto. • G-1 General Decision Number: TX140079 01/03/2014 TX79 1110 Superseded General Decision Number: TX20130079 State: Texas Construction Type: Heavy Counties: Hardin, Jefferson and Orange Counties in Texas. HEAVY CONSTRUCTION PROJECTS (Including Water and Sewer Lines and Excluding Industrial and Processing Plants, and Refineries) Modification Number Publication Date 0 01/03/2014 * ELEC0479-003 12/31/2012 Rates Fringes ELECTRICIAN $ 26.00 11.42 SUTX2000-002 02/11/2000 Rates Fringes Carpenters: • Form Building/Form Setting $ 13.15 All Other Work $ 13.56 Concrete Finisher $ 13.50 Laborers: Common $ 7.41 Pipelayer $ 8.29 Painters: Spray and Brush $ 12.07 PILEDRIVERMAN $ 13. 65 PLUMBER $ 18.28 4.69 Power equipment operators: Backhoe $ 15.55 1.89 Bulldozer $ 15.00 Crane $ 13.77 Front End Loader $ 10.63 Trackhoe $ 15.60 Truck drivers: Dump $ 10.00 WELDERS - Receive rate prescribed for craft performing • G-2 operation to which welding is incidental. 1110 Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first 1110 four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the • wage determination. A 1993 or later date, 5/13/2010, indicates G-3 the classifications and rates under that identifier were issued 1110 as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: • G-4 Administrative Review Board 1110 U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION • • G-S U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT • COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM CONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS TO(appropriate recipient) DATE The City of Port Arthur PROJECT NUMBER(if any) C/O PROJECT NAME _ PORT ACRES WWTP CENTRIFUGE IMPROVEMENTS 1. The undersigned,having executed a contract with for the construction of the above-identified project,acknowledges that: (a) The Labor Standards provisions are included in the aforesaid contract, (b) Correction of any infractions of the aforesaid conditions,including infractions by any of his subcontractors and any lower tier subcontractors,is his responsibility. 2. He certifies that: (a) Neither he nor any firm,partnership or association in which he has substantial interest is designated as an ineligible contractor by the Comptroller General of the United States pursuant to Section 5.6(b)of the Regulations of the Secretary of Labor,Part 5(29 CFR,Part 5)or pursuant to Section 3(a)of the Davis-Bacon Act,as amended. (b) No part of the aforementioned contract has been or will be subcontracted to any subcontractor if such subcontractor or any firm,corporation,partnership or association in which such subcontractor has a substantial interest is designated as an ineligible contractor pursuant to any of the aforementioned regulatory or statutory provisions. 3. He agrees to obtain and forward to the aforementioned recipient within ten days after the execution of any subcontract, including those executed by his subcontractors and any lower tier subcontractors,a Subcontractor's Certification Concerning Labor Standards and Prevailing Wage Requirements executed by the subcontractors. • 4. He certifies that: (a) The legal name and the business address of the undersigned are: (b) The undersigned is: (1) A SINGLE PROPRIETORSHIP (3) A CORPORATION ORGANIZED IN THE STATE OF (2) A PARTNERSHIP (4) OTHER ORGANIZATION(Describe) (c) The name,title and address of the owner,partners or officers of the undersigned are: NAME TITLE ADDRESS • G-6 (d) The names and addresses of all other persons having a substantial interest in the undersigned,and the nature of the interest are: NAME ADDRESS NATURE OF INTEREST (e) The names,addresses and trade classifications of all other building construction contractors in which the undersigned has a substantial interest are: NAME ADDRESS TRADE CLASSIFICATION • (Contractor) Date By • G-7 . 0 SECTION H • SUPPLEMENTAL GENERAL CONDITIONS SUPPLEMENTAL GENERAL CONDITIONS - PART A • A. NAME AND LOCATION OF PROJECT. Work covered by these TECHNICAL SPECIFICATIONS is entitled: PORT ACRES WWTP CENTRIFUGE IMPROVEMENTS, Job No. CPA-710, Contract No.1. B. DESCRIPTION OF WORK. Contractor shall furnish all materials, appliances, tools, equipment, transportation, services, and all labor and superintendence necessary for the construction of work as described in these TECHNICAL SPECIFICATIONS, and as shown on the PLANS. Work, in general, consists of construction of a PORT ACRES WWTP CENTRIFUGE IMPROVEMENTS. The completed installation shall not lack any part which can be reasonably implied as necessary to its proper functioning or any subsidiary item which is customarily furnished, and the Contractor shall deliver the installation to the OWNER in operating condition. C. PLANS. Sheet No.Title Cl Cover Sheet C2 Legend and Construction Notes C3 Site Plan III C4 Enlarged Site Plan C5 Dewatering Building Foundation Plan C6 Dewatering Building Sectional C7 Dewatering Building Piping C8 Existing Building Interior Elevation C9 Detail E1 Electrical Site Plan E2 Enlarged Electrical Site Plan E3 MCC Elevations E4 Electrical One-Line Diagram E5 Electrical Details D. BASIS OF PAYMENT. All work outlined in Paragraph B. above, and shown on PLANS listed in Paragraph C. above, is included in items of BID for which unit prices are shown, and these prices shall be basis of payment. E. OTHER CONTRACTS. Other construction may be underway concurrently in this area. Contractor shall afford utility companies and other Contractors reasonable opportunity for introduction and storage of their material and execution of their work. All work under this Contract must be properly connected and coordinated with that constructed by others. 11111 H-1A F. SEQUENCE OF WORK. City of Port Arthur reserves the right to schedule sequence of • construction. G. SPECIAL PROVISIONS. Basic TECHNICAL SPECIFICATIONS Items which follow describe general requirements. When necessary, Special Provisions are inserted to describe additional requirements applicable to this Contract. Special Provisions are to be used in conjunction with basic TECHNICAL SPECIFICATION Items. In event of conflict between requirements of the Special Provisions and the basic TECHNICAL SPECIFICATION Item,the requirements as set forth in the Special Provisions shall govern. H. SUPPLEMENTAL PAY ITEMS; Approximate Quantity and a minimum Unit Price have been established for Supplemental Items shown in SECTION D - BID. The Contractor may not bid a unit price less than the minimum value; however, he may increase the minimum unit price. If no entry is made in the spaces provided, the minimum unit prices shown shall apply. These items are included to facilitate payment for charges and alterations that may be required to complete work. The actual work as provided by the GENERAL and SPECIAL CONDITIONS OF THE AGREEMENT and TECHNICAL SPECIFICATIONS and shown on PLANS is described in BID items other than Supplemental Pay Items. When work covered by Supplemental Items is requested by the Contractor and approved by the Engineer, payment will be based on the quantity actually constructed and Unit Prices bid in BID. AS-BUILT DIMENSIONS. Contractor to make daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. On completion of job, Contractor to furnish Owner with one (1) set of direct prints marked • with red pencil to show as-built dimensions and location of all work constructed. J. SURVEY MONUMENTS. Contractor is to protect existing survey monuments consisting of right-of-way markers and horizontal and vertical control monuments in the vicinity of the project. All monuments destroyed during construction shall be replaced by the Owner and the Contractor shall pay all costs involved in restaking. K. PROJECT SIGN. The contractor shall have a temporary sign erected in a prominent location at the construction project site or along a major thoroughfare within the community as directed by the Owner. The formatting of such signage shall be legible from at least three (3) feet distance and have the following wording: "This project is funded by the Texas Department of Rural Affairs of the State of Texas, to provide for disaster recovery and restoration of infrastructure for communities impacted by the 2008 hurricanes. Funds allocated by the United States Department of Housing and Urban Development through the Community Development Block Grant Program." • H-2A GLO PROJECT SIGN • The Contractor shall supply, erect, and maintain in good condition a project sign according to the specifications set forth below: GLO SITE SIGN SPECIFICATIONS Size: 18 inch vertical by 24 inch horizontal Materials: Heavy duty aluminum sign, 80 mil Erection: Single leg Square Steel Tube skid sign support. (see attached) Paint: 3M Screen Printing or 3M outdoor digital inking Colors: Logos shall be shown as approved by the Texas Department of Rural Affairs and the U.S. Department of Housing and Urban Development. All other lettering in jet black. (see Attached) Lettering: Lettering and positioning will be as shown on the attached illustration • Project signs will not be erected on public highway rights-of-way. The location of the sign will be coordinated with the City of Port Arthur Public Works Department and any other agency responsible fore highway or street safety in the area of the project to prevent obstruction of vechicular lines of sight for adjoining traffic. No additional lettering or logos are permitted on the sign. • H-3A M tO to X O O Q "O • en Cri 7:i b _� a) +O' O O aE � -b o • a) �; a0 � � W °' 3 cV ° PI 3 O o ° °° °e°W b °v 10 ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° o W ' °y 3 I. ° U �/1 co 0 Z 3 o• v N l 4 bA M .G 0 0 c4 o •- Cr '7,,s __, cd 41.4‘.. i o o N -00 W c� O cn 0 ° 00 a) © cd y E x 0.. O °, Z ri ZO Q— — \ 5 0 1st g ilil 1st L a FY Big I �\ n 10 A (jia..• iW I IC < \ I: .S..,6{6{5 ‘ N I• 1• M•I° V • H-4A I--4 a) . U 0 w 0 L � t _c 0_ , -0 a) 4- 3 (13 cm cn c tf 1 2 "17 a 8 12 70 73 (i) 4-J C > 1 L L L 00 .- C O '5 .1 O O C/i 0 OLO4-J tj m a _o 2 0 ii cu O d _0 :ill a) _c c E 6r-4 -C3 w< C) t%) >- -El ° L.. S "a) tA a 1:1 D TU • V V C a) V >\.CU a r_cu (>) E -6n g (I) .6, 0 E c _ E LE 4- Zi5 O : 4._ 0 H o L u L L O U O 0 f I c o�c\NG 1/ �4 . o• 0 4,J AI O / i� y a M ,� =� Ll� \ Imo_ 0 .2 ` Z NA 4N; 107,,7 e' \(5, sVX33- 0 sn PNo 0 SUPPLEMENTAL GENERAL CONDITIONS - PART B • A. TECHNICAL SPECIFICATIONS 1. TECHNICAL SPECIFICATIONS are of the abbreviated, simplified, or streamlined type and include incomplete sentences. The omission of words or phrases such as "Contractor shall", "in conformity therewith", "shall be", "as noted on PLANS", "according to PLANS", "a", "an", "the", and "all", are intentional. Omitted words or phrases shall be supplied by inference in same matter as they are when a "note" occurs on PLANS. 2. The TECHNICAL SPECIFICATIONS are interpreted to require that Contractor shall provide all items, articles, materials, operation or methods listed, mentioned, or scheduled either on PLANS or specified herein, or both, including all labor, materials, equipment, and incidentals necessary or required for their completion. 3. Whenever the words "approved", "satisfactory", "designated", "submitted", "observed", or similar words or phrases are used, it shall be assumed that the word "Engineer" follows the verb as the object of the clause, such as "approved by Engineer". 4. All references to standard TECHNICAL SPECIFICATIONS or manufacturer's III installation directions shall mean the latest edition thereof. 5. Referenced to technical society, organization, or body is made in TECHNICAL SPECIFICATIONS in accordance with following abbreviations: AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute ASTM American Society for Testing and Materials AWWA American Waterworks Association FS Federal Specifications PCA Portland Cement Association IEEE Institute of Electrical and Electronic Engineers NEC National Electric Code UL Underwriters' Laboratories AISI American Iron and Steel Institute API American Petroleum Institute IPCEA Insulated Power Cable Engineers Association NEMA National Electrical Manufacturers Association AWS American Welding Society PCI Prestressed Concrete Institute AISC American Institute of Steel Construction ANSI American National Standards Institute (Formerly ASA) III H-1B 6. Some TECHNICAL SPECIFICATIONS items cover construction requirements and 11110 materials in comprehensive manner, and only pertinent portions of these items apply. B. LANDS FOR WORK. Owner provides, as indicated on PLANS, land upon which work is to be done, rights-of-way for access to same, and such other lands which are designated for use by Contractor. Contractor provides, at his expense and without liability of Owner, any additional land and access thereto that may be required for his construction operations, temporary construction facilities, or for storage of materials. C. LINES AND CRADES. From benchmarks and horizontal control references established by Engineer, stake out work, establish elevations, and assume responsibility for correctness of installation as to location and grade. Engineer will establish 1. Ono Structuro-at Sito. Benchmark and reference hubs at two corners of structure. 2. Twe-ef . Benchmark and base line at site. 3. Sewet-Lincs. Benchmarks at intervals not exceeding 2,000 feet and reference hubs • •• . ee 1. Waterl+aec. Reference hubs at turns in line, valves, and fire hydrants, and • benchmarks at intervals not exceeding 2,000 feet. 5. Pavements and Bitches. Reference hubs on centerline or one right of way line at the P.C., P.I., and P.T. of curves and on tangents at intervals not exceeding 200 feet. ■ Its claim will be entertained for or on account of any alleged inaccuracies, or for alterations subsequently rendered necessary on account of such alleged „k tho 0 Contractor is to protect stakes and pay all costs involved in any restaking. Stakes, after written notification to Engineer by Contractor on stake out request forms begins work. D. UTILITY SERVICES FOR CONSTRUCTION. Contractor will provide all utilities necessary for construction at no additional cost to Owner unless otherwise specified in preceding Special Provision. • H-2B E. MATERIALS TESTING. Owner provides first tests of materials unless otherwise • specified. Subsequent tests at Contractor's expense. Notify Engineer prior to manufacture or fabrication of items so that observation may be accomplished and furnish field samples of materials of Engineer for testing. All materials, equipment, etc., used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards and frequency, or as required by the contract documents. The CONTRACTOR shall make all arrangements for such tests and inspections with a local independent testing laboratory acceptable to the OWNER, and the CONTRACTOR shall bear all related costs of tests and inspections. If such procedures for testing and inspection reveal failure to comply with accepted standards or with requirements established by the contract documents, all re-testing and re-inspection costs made necessary by such failure, including those of related procedures, shall also be at CONTRACTOR'S expense. If the ENGINEER and/or OWNER determines that portions of the project requires additional testing or inspection not included in CONTRACTOR'S original bid, the ENGINEER shall, upon written authorization from the OWNER, instruct the CONTRACTOR to make arrangements for additional testing and inspection. The costs for such additional testing and inspection shall be at OWNER'S expense. The CONTRACTOR'S independent testing laboratory shall give timely notice to the CONTRACTOR and the ENGINEER of when and where tests and inspections are to be • made so that the CONTRACTOR and the ENGINEER may be present for such procedures. If the ENGINEER is to observe tests and inspections, the ENGINEER will do so promptly and, where practical, at the normal pace of testing. Tests and inspections shall be made promptly to avoid unreasonable delays on the project. Required certificates and/or reports of all test and inspections shall, unless otherwise required by the contract documents, be promptly delivered by the independent testing laboratory to the CONTRACTOR, the ENGINEER, and the OWNER. F. VARIATIONS DUE TO EQUIPMENT. Foundations, structural supports, electrical work, and piping shown on PLANS for items of equipment may be changed if necessary to accommodate equipment furnished. Every effort has been made to design foundations, structural supports, electrical work, and piping to that no changes will be necessary; however, exact dimensions and size of subject foundations and structural supports and exact electrical and piping installations cannot be finally determined until various items of equipment are purchased and manufacturer's certified shop drawings are secured. Make changes, after prior consultation with Engineer, at no cost to Owner. If substitute items of equipment are authorized which vary materially from those shown on PLANS, prepare equipment data and detailed drawings covering necessary modifications and submit to Engineer for approval. Make drawings same size as Contract PLANS and of comparable quality. Make payment of charges resulting from 11111 modifications, including engineering charges for checking modifications. H-3B are proposed III G. ALTERNATE DESIGNS. If alternate design features a p p osed for convenience of Contractor, submit design calculations and detail drawings covering proposed changes and related modifications of Contract PLANS to Engineer for review. Make drawings same size as Contract PLANS and of comparable quality. Make payment of charges resulting from modifications, including engineering charges for checking such designs. H. SHOP DRAWINGS. Furnish engineer six (6) copies of shop and erection drawings, schedules, and data sheets covering items of construction and equipment listed below: 1. Structural and miscellaneous steel and steel tanks. 2. Architectural products. 3. Reinforcing steel 4. Prestressed reinforced concrete members. 5. Reinforced concrete pressure pipe. 6. Mechanical equipment, including valves and sluice gates. 7. Electrical equipment, including instruments. 8. Special items, as directed. Contractor will check and approve shop drawings for compliance with requirements of III Contract and will so certify by stamp on each drawing prior to submittal to Engineer. Any drawings submitted without Contractor's stamp of approval will not be considered and will be returned to him for proper submission. Engineer will pass promptly upon drawings submitted, noting necessary corrections or revisions. If Engineer rejects drawings, resubmit corrected drawings until drawings are acceptable to Engineer as being in conformance with design concept of project and for compliance with information given in the Contract Documents. Such procedure shall not be considered cause for delay. Acceptance of drawings by Engineer does not relieve Contractor of any requirements of terms of Contract. I. OPERATION AND MAINTENANCE MANUALS. Operation and maintenance manuals are to be provided where required by Specification Item. 1. Contractor to be responsible for obtaining installation, operation, and maintenance manuals from manufacturers and suppliers for equipment furnished under the contract. Submit three (3) copies of each complete manual to the Engineer within ninety (90) days after approval of shop drawings, product data, and samples, and not later than the date of shipment of each item of equipment to the project site or storage location. 2. Operations and maintenance manuals specified hereinafter are in addition to any operation, maintenance, or installation instructions required by the Contractor to III install, test, and start up equipment. H-4B 3. Each manual to be bound in a folder • and labeled to identify the contents and project to which it applies. 4. The manual is to contain the following: (a) An 81/2-inch x 11-inch typewritten sheet listing the manufacturer's identification, including order number, model, and serial number and location of parts and service centers. (b) A separate 81/2-inch x 11-inch typewritten list of recommended stock of parts, including part number and quantity. (c) Complete replacement parts list. (d) Performance data and rating tables. (e) Specific instructions for installation, operation, adjustment, and maintenance. J. COST BREAKDOWN. Within fifteen (15) days after execution of Contract, submit, in acceptable form, schedule showing subdivision of Contract into various items of permanent construction, stating quantities and prices, as basis for computing value to Owner of permanent usable parts of facility to be paid for on monthly estimates. No payment will be made to Contractor until such schedule has been submitted and • approved. K. PROGRESS SCHEDULE. Within fifteen (15) days after execution of Contract, submit in acceptable form, anticipated progress schedule covering work to be performed. L. GUARANTEES. Guarantee work, including equipment installed, to be free from defects due to faulty workmanship or materials for period of one year from date of issue of Certificate of Acceptance. Upon notice from Owner, repair defects in all construction which develop during specified period at no cost to Owner. Neither final acceptance nor final payment nor any provision in Contract Documents relieves Contractor of above guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles Owner to repair or replace same and recover reasonable cost thereof from Contractor and/or his Surety. M. SITE MAINTENANCE AND CLEAN-UP. Maintain sites of work during construction to keep them reasonably neat and free of trash, rubbish, and other debris. In clean-up operations, remove from sites of work and from public and private property, temporary structures, rubbish, and waste materials. Dispose of excavated materials beyond that needed to bring site to elevations shown. During final clean-up, any road constructed by Contractor for access to construction site to be leveled and ruts filled so that natural surface drainage is not hindered. N. MATERIALS AND EQUIPMENT. Incorporate into work only new materials and • equipment of domestic manufacture unless otherwise designated. Store these materials H-5B and equipment in manner to protect them from damages. Manner of protection subject to 411 specific approval of Engineer. Pipe, fittings, equipment, and other serviceable materials found on site of work, or dismantled by reason of construction, remain property of Owner. Remove and deliver materials to Owner at designated points. Pay, at prevailing market price, for usable materials that are damaged through negligence. O. SUBSURFACE EXPLORATION. It is not represented that PLANS show all existing storm sewer, sanitary sewer, water, gas, telephone, and electrical facilities, and other underground structures. Determine location of these installations in way of construction by referring to available records, consulting appropriate municipal departments and utility owners, and by making necessary exploration and excavations. P. DEVIATIONS OCCASIONED BY UTILITY STRUCTURES. Whenever existing utilities, not indicated on PLANS, present obstructions to grade and alignment of pipe, immediately notify Engineer, who without delay, will determine whenever existing improvements are to be relocated, or grade and alignment of pipe changed. Where necessary to move services, poles, guy wires, pipelines, or other obstructions, make arrangements with owners of utilities. Owner will not be liable for damages on account of delays due to changes made by owners of privately owned utilities which hinder progress of work. • Q. PROTECTION AND REPLACEMENT OF PROPERTY. Where necessary to take down fences, signs, or other obstructions, replace in their original condition and restore damaged property or make satisfactory restitution, at no cost to Owner. R. INTERRUPTION OF UTILITY SERVICES. Operate no valve or other control on existing systems. Exercise care in performing work so as not to interrupt service. Locate and uncover existing utilities ahead of heavy excavation equipment. At house connections, either lift trenching machine over lines or cut and reconnect with minimum interruption of service, as approved. S. PROTECTIVE MEASURES. Where construction creates hazard to traffic or public safety, furnish and maintain suitable barricades, warning signs, and lights. Remove same when no longer necessary. T. USE OF STREETS. 1. Remove, as soon as practicable, accumulated rubbish and open each block for public use. Use of any portion of street shall not constitute acceptance of any portion of work. Backfill and shape trenches across street intersections or III driveways for safe traffic at night or, where permitted, span open trenches with H-6B wooden mats or bridges to permit traffic flow. When driveways are cut, immediate III placement of mats for ingress or egress of vehicles may be directed if undue hardship to property owner would otherwise result. 2. Except where approved otherwise, do not hinder or inconvenience travel on streets or intersecting alleys for more than two blocks at any one time. Whenever street is closed, place properly worded sign announcing fact to public, with proper barricades at nearest street corners, on both sides of obstruction. Leave no street or driveway blocked at night. 3. When street is closed, notify Fire Department and Police Department at 409-983- 8600. 4. Do not block ditches, inlets, fire hydrants, etc., and, where necessary, provide temporary drainage. U. "OR EQUAL" CLAUSE. Whenever a material, article or piece of equipment is identified on the Plans or in the Specifications by reference to manufacturers' or vendors' names, trade names, catalogue numbers, etc., it is intended merely to establish a standard; and, any material, article or equipment of other manufacturers and vendors which will perform adequately the duties imposed by the general design will be considered equally acceptable provided the material, article or equipment so proposed is, in the opinion of the Architect/Engineer, of equal substance and function. It shall not be purchased or ID installed by the CONTRACTOR without the Architect/Engineer's written approval. III H-7B • • SECTION I • PAYMENT BOND PAYMENT BOND • KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor or Company) (Address) a , hereinafter called Principal, (Corporation / Partnership) and (Name of Surety Company) (Address) hereinafter called Surety, are held and firmly bound unto (Name of Recipient) (Recipient's Address) • hereinafter called OWNER, in the penal sum of$ Dollars, $ in lawful money of the United States, for this payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONFIDENTIALITY OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated the day of , a copy of which is hereto attached and made a part hereof for the construction of: (Project Name) NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, SUB- CONTRACTORS, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such WORK, and all insurance premiums on said WORK, and for all labor, performed in such WORK whether by SUB-CONTRACTOR or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. 2009 TxCDBG Project Implementation Manual Appendix K I-1 PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees • that no change, extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECI FICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in counter-parts, each on of (Number) which shall be deemed an original, this the day of ATTEST: (Principal) By (s) (Principal Secretary) (SEAL) • (Witness as to Principal) (Address) (Address) ATTEST: (Surety) By (Witness as to Surety) (Attorney in Fact) (Address) (Address) NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. 2009 TxCDBG Project Implementation Manual • Appendix K 1-2 • • SECTION J • PERFORMANCE BOND. PERFORMANCE BOND • KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor or Company) (Address) a hereinafter called Principal, and (Name of Surety Company (Address) hereinafter called Surety, are held and firmly bound unto (Name of Recipient) (Recipient's Address) • hereinafter called OWNER, in the penal sum of$ Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made we bind ourselves, successors, and assigns, jointly and severally, firmly in these presents. THE CONDITION OF THIS OBBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER dated the day of , a copy of which is hereto attached and made a part hereof for the construction of: NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties in all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to WORK • 2009 TxCDBG Project Implementation Manual Appendix K J-1 to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any way • affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original, this the day of ATTEST: (Principal) By (s) (Principal Secretary) (SEAL) (Witness as to Principal) (Address) • (Address) ATTEST: (Surety) By (Witness as to Surety) (Attorney in Fact) (Address) (Address) NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. 2009 TxCDBG Project Implementation Manual • Appendix K J-2 • • SECTION K • MAINTENANCE BOND • MAINTENANCE BOND STATE OF TEXAS COUNTY OF KNOW BY ALL MEN BY THESE PRESENTS: That of the City of , County of State of , as principal, and authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto , a municipal corporation (owner) in the penal sum of Dollars ($ ) for the payment whereof the said principal and surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents; Whereas, the principal has entered into a certain written contract with , dated the _ day of , , 20 , to . Which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. 411 Whereas, under the plans, specifications and contract, it is provided that the contractor will maintain and keep in good repair the work herein contracted to be done for a period of one (1) year from the date of written acceptance of said work and to do all necessary repairing and/or reconstructing in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction of any part thereof, or any of the accessories thereof constructed by the Contractor; be it understood that the purpose of this section is to cover all defective conditions arising by reason of defective material or workmanship and charge the same against that said contractor and surety on this obligation, and the said contractor and surety shall be subject to the liquidation damages mentioned in said contract for each day's failure on it's part to comply with the terms of said provisions of said contract; NOW, THEREFORE, if the said contractor shall keep and perform it's said agreement to maintain said work and keep the same in repair for the said maintenance period of one (1) year, as provided, then these presents shall be null and void and have no further effect. If default K1 • shall be made by the said contractor in the performance of it's contract to so maintain and repair said work, then these presents shall have full force and effect and said Owner shall have and recover damages from the said contract and it's principal and surety. It is further agreed that this obligation shall be continuing one against the principal and surety herein, and that successive recoveries may be hereon for successive breaches until the full amount shall have been exhausted. It is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period and the same shall not be changed, diminished or in any manner affected from any cause during said time. PROVIDED, the aggregate liability of surety hereunder is limited to the penal sum of this bond. IT WITNESS WHEREOF, the said principal and surety have signed and sealed this instrument this day of , 20 Principal Surety • By: By: Title Title Address Address The name and address of the resident agent of surety is: NOTE: Date of Maintenance Bond must not be prior to date of contract. K-2 • • SECTION NOTICE OF AWARD • (THIS PAGE INTENTIONALLY LEFT BLANK) 0 INSERT "NOTICE OF AWARD" HERE • 0 0 SECTION M • NOTICE TO PROCEED • (THIS PAGE INTENTIONALLY LEFT BLANK) 0 INSERT "NOTICE TO PROCEED" HERE • • • SECTION N • INSURANCE • (THIS PAGE INTENTIONALLY LEFT BLANK) 0 INSERT "INSURANCE"HERE • • 0 SECTION 0 • TECHNICAL SPECIFICATIONS 10/13/2005 ITEM NO. A2001 —CLEARING AND GRUBBING PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Remove and dispose of trees, stumps, brush, roots, logs, vegetation, rubbish, and other objectionable matter from project area. Project area is defined as all easements and that portion of street rights-of-way necessary to allow construction of the facilities proposed in this Contract, including those areas needed for disposal of excess excavated material. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. PART 2 -PRODUCTS Not required for this Item. PART 3 - EXECUTION • 3.01 CONSTRUCTION METHODS A. Clear and grub trees, stumps, brush, roots, logs, vegetation, and rubbish within project area except trees, shrubs, and other landscape features designated to remain, and protect same against damage and trim when necessary. Clear stump holes of refuse and loose earth; backfill and compact to density of surrounding ground. B. On embankment areas, remove stumps, roots, and objectionable materials to a depth of one foot below existing natural ground surface. C. Dispose of all refuse from clearing operation off site. Obtain required permits from various governmental agencies involved. Bury no refuse on Owner's property. On areas other than embankment, remove stumps and roots to depth of two feet below natural ground. D. For pavement construction, strip grasses to a depth 2-inches below existing grade and spoil off site. 3.02 MEASUREMENT AND PAYMENT A. No separate pay for work performed under this Item except as indicated below. Include cost of same in Contract price bid for work of which this is a component part. A2001 - 1/2 10/13/2005 0 B. Proposal will indicate if clearing and grubbing is a pay item. If so, measure by acre or lump sum as indicated in PROPOSAL. C. Pay for"Clearing and Grubbing" at Contract price bid as measured. Such payment to be full compensation for work as described herein. III III A2001 -2/2 8/03/2004 • ITEM NO. A2002 - SITE GRADING PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Within the limits indicated, or in areas where existing grade is altered, strip existing topsoil to 6-inch depth and stockpile in approved areas for subsequent replacement. Remove and dispose of all vegetation, roots, and waste material. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. PART 2 - PRODUCTS 2.01 MATERIALS Fill: Use approved excess excavation or borrow material. Borrow from approved source, excavate, and clean up borrow area. Reuse of material stripped from borrow site is not allowed unless specifically indicated on PLANS. III PART 3 - EXECUTION 3.01 GENERAL Maintain surface drainage on site during construction. 3.02 CONSTRUCTION A. Fill Under Structures and Roads: Place dirt fill in 8-inch maximum layers (loose measure) and compact at or near optimum moisture to at least 95 percent AASHTO Standard T-99-74 density. Place fill to subgrade elevation without addition of topsoil. Where fill to subgrade elevation is less than 6 inches, scarify existing ground to a depth of 6 inches and compact as specified herein. B. Site Fill: Place approved fill within 4 inches of finish grade shown on all areas not covered by structures or roads. Fill in 10-inch maximum layers (loose measured) and compact at or near optimum moisture to at least 90 percent AASHTO Standard T-99-74 density, unless otherwise shown on PLANS. 1111 A2002 - 1/2 8/03/2004 • C. Topsoil: Place topsoil over areas within limits shown on PLANS. After substantial completion of construction, grade site 4 inches lower than finished grade on all unpaved areas. Clear ground surface of all foreign materials, then place 4 inches of topsoil to bring site to smooth finished grade indicated. D. Waste: Waste stripped materials from within limits indicated. Spread waste material over designated area, dress by blading, and slope to provide drainage. E. Final Cleanup: Level washes, ruts, depressions, and mounds to give areas smooth finish. 3.03 MEASUREMENT AND PAYMENT No separate payment for work performed under this Item. Include cost of same in Contract price bid for work of which this is a component part. III 11111 A2002 -2/2 08/02/2004 III ITEM NO. 2003 —STRUCTURAL EXCAVATION AND BACKFILL PART 1 —GENERAL 1.01 DESCRIPTION A. Extent of Work 1. This Item governs excavation for placing structures except pipe sewers, disposal of such excavated material, and backfilling around completed structures to the level of original ground or finished grade. 2. Work to include all necessary pumping or bailing, sheeting, drainage, construction, and removal of any required cofferdams. 3. Unless otherwise provided, work to provide for removal of old structures or portions thereof, trees, and all other obstructions necessary to the proposed construction. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 QUALITY ASSURANCE A. Unless specified on PLANS or approved otherwise by Engineer, structural excavation III to be designated as follows: 1. Width and Length: From vertical plane outside structure line equal to thickness of footing or slab. 2. Depth: From bottom of footing or slab to finished ground line or natural ground line, whichever is lower in elevation. 4. When caissons are provided, excavation not permitted outside outer faces or caissons. 1.03 DEFINITIONS A. Cofferdam is a temporary or removable structure to keep surrounding earth, water, or both out of excavation, and may be earth, timber, steel, concrete, or combination thereof. B. Caisson is a permanent part of the substructure, which sinks gradually into place as material is excavated within the area protected by its sidewalls. It may be either open well type or pneumatic type caisson. III A2003 - 1/4 08/02/2004 • PART 2—EXECUTION 2.01 CONSTRUCTION METHODS A. General 1. Excavate to lines and depths indicated on PLANS or designated by Engineer. Excavate below bottom of structural slab elevation shown for seal slab when required. 2. Furnish supports for piping and structures within excavated area at no additional cost to Owner. 3. When requested, sample soil in accordance with ASTM testing standards to determine classification and strength of subgrade material. Sampling and testing to be by approved testing lab. Notify Engineer of test results immediately. Maximum depth of soundings not to exceed 5-feet below proposed footing grade, and to be made when foundation excavation is substantially complete. 4. Where necessary to increase or decrease footing depths, change details of structure as directed. 5. Do not disturb excavation bottom if structure rests on excavated surface other than rock. Remove foundation material to final grade just before placement of structure or seal slab. 6. When excavating rock or other hard material, cut to level, stepped, or serrated surface and remove loose material from excavation. Clean out seams and fill with concrete or approved structural fill prior to time of footing placement. 7. Protect excavations from rainfall and surface water. If supporting soil is exposed to adverse wet or dry conditions, excavate deeper and/or wider to sound material at no additional cost to Owner. Prior to such activity, notify Engineer. 8. Store excavated material used for future backfill in piles at locations convenience for rehandling, and locate so as not to interfere with other work. Locate edge of stockpile no closer to excavation than 11/2 times the excavation depth. 9. Provide site drainage and/or groundwater control to protect excavations. Use site grading, cofferdams, ditches, and/or other means to prevent surface water from flowing into excavations or ponding on areas where foundations or pavement will be located. Maintain continuous groundwater and surface water control until structure is complete and ground surface has been brought to final grade. B. Cofferdams and Caissons 1. Cofferdam to be complete with bracing and necessary pumps, well points, or other procedures to control groundwater and surface water intrusion. 2. Place caisson by one or more of the following methods: a. Interior dredging. b. Addition of weight by increasing wall thickness, when permitted by Engineer. c. Addition of removable loads. d. Use of water or air jets. A2003 -2/4 • 08/02/2004 • e. Use of pile driving equipment for steel shell caissons with suitable driving rig. 3. Provide cofferdams, when required, to allow for construction, removal of forms, and observation. 4. Types and clearances of cofferdams or caissons which affect character of finished work to be submitted for approval. All other details and design are responsibility of Contractor. 5. When required, submit drawings showing proposed method of ground and surface water control,and cofferdam or caisson construction. 6. Extend sheet pile cofferdams and caissons below bottom of footings sufficiently to prevent "blow outs", and provide adequate bracing and make as watertight as practicable. 7. When foundation piling are driven inside cofferdams or caissons, excavate below footing grade to allow for swell of ground during driving operations. Dewater excavation and remove foundation material to exact footing grade after driving piles, before placing seal slab. Backfilling to compensate for excavation below grade not permitted. Fill such areas with concrete; at time seal slabs are placed. 8. Adjust cofferdams or caissons, which tilt or move laterally. Report such movement to Engineer immediately. 9. Unless otherwise provided, remove cofferdams after completion of construction so as not to disturb or mar structure. C. Pumping or Bailing 1111 1. Pump or bail from interior of cofferdam or caisson, outside of forms. Avoid movement of water through or along concrete being placed. 2. Do not pump or bail during concrete placement, or for minimum of 24 hours thereafter, unless from suitable sump separated from concrete by watertight wall. 3. Do not pump or bail to dewater cofferdam or caisson for minimum of 36 hours after seal slab has been set. D. Structural Backfilling 1. Backfill excavated areas as soon as such backfill will not interfere with progress of work. 2. Unless otherwise indicated, compact backfill mechanically in loose lifts not exceeding 8-inches. 3. Unless otherwise specified in PLANS and TECHNICAL SPECIFICATIONS or in soils report, backfill to be selected backfill, as approved by Engineer, with a Plasticity Index (PI) of less than 20 and compacted with mechanical tamps to 90 percent of the Standard Proctor maximum dry density (ASTM D-698) at 0 to +2 percent wet of the optimum moisture content. 4. Do not place backfill against walls for minimum of 7 days after structure has been in place. 5. Place backfill against walls of partially completed structure only after observation by Engineer. 1111 A2003 - 3/4 08/02/2004 • 6. Prevent wedge action of backfill against structure, and step or serrate slopes bounding excavation. Do not use heavy or intense compaction against structure. Backfill within 5-feet of structure to be subjected to light but full compaction. 7. Unless otherwise authorized,perform backfill in presence of Engineer. 2.02 MEASUREMENT AND PAYMENT A. No separate measurement and payment for work performed under this Item, including soil sampling if requested, except as indicated below. Include cost of same in Contract unit prices bid for work of which this is a component part. B. Measure "Extra Structural Excavation", when approved by Engineer, by cross-section method in its original position. Pay for "Extra Structural Excavation" at Contract unit price bid per cubic yard. Payment is full compensation for sheeting, bracing, dewatering, backfill,and all other work necessary to excavate additional material. • A2003 -4/4 • Std. 03/04/2009 • ITEM NO. A3034 - STORM WATER POLLUTION PREVENTION PLAN (SW3P) PART 1 - GENERAL 1.01 DESCRIPTION A. Section Includes: 1. A draft of the Storm Water Pollution Prevention Plan to use as a general guideline to meet new TCEQ Standards. 2. Specifications pertaining to the structural systems and pollution prevention systems to be used to meet the guidelines. 3. Details of the structural systems to be used to meet the TCEQ requirements. B. References 1. Clean Water Act of 1972 establishing the National Pollution Discharge Elimination System (NPDES). 2. Texas Commission Environmental Quality General Permit TXR150000. 3. Section 26.040, Texas Water Code - General Permits 4. 40 CFR 122.2 Federal Definitions Applicable to NPDES Program. 5. 40 CFR 122.26 Federal Rules Applicable to Storm Water Permits. 6. 40 CFR 122.28 Federal Rules Applicable to State NPDES General Permits 7. Chapter 205, Title 30, Texas Administrative Code—General Permits for Waste • Discharges. 8. Section 305.44, Title 30, Texas Administrative Code—Signatories to Reports, Application for Permit or Post-closure Order. 9. Section 305.128, Title 30, Texas Administrative Code—Signatories to Reports, Permit Characteristics and Conditions Rule. C. Related Work Specified Elsewhere 1. Embankment- Item No. A2004 2. Channel Excavation - Item No. A2009 1.02 QUALITY ASSURANCE/QUALIFICATIONS It is the intent of the information provided in this section to be used as the general guidelines of the storm water pollution prevention plan for this project to establish a minimum basis of compliance for bid purposes. However, it is the responsibility of the Contractor and all Subcontractors to meet all of the requirements of the law, regardless of the information provided herein. The plan to which the Contractor certifies compliance shall be the Contractor's plan and no responsibility for the information contained in this section or shown on the plans shall be construed as the Owner's or Engineer's responsibility. Contractor is responsible for filing Notice of Intent. • A3034 - 1/2 Std. 03/04/2009 • 1.03 PLAN The Site Grading Plan supplements the information contained within this section. PART 2 -PRODUCTS Not required for this item. PART 3 -EXECUTION The following information is the basis for the Storm Water Pollution Prevention Plan: ID 1111 A3034 -2/2 10/13/2005 • ITEM NO. B1001 -CONCRETE PART 1 - GENERAL 1.01 DESCRIPTION Scope: This Item governs for materials used; for storing and handling of materials; and for proportioning and mixing of concrete for reinforced concrete pavement, and all reinforced concrete precast and cast-in-place structures. 1. Contractor assumes responsibility for cost and design of proper concrete mixture. A. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 QUALITY ASSURANCE A. Furnish laboratory reports showing proportions and materials selected will produce laboratory-mixed concrete of specified quality and having strengths 20 percent higher than 28-day strength specified, at maximum slump and maximum air content specified. B. Owner to select testing laboratory, conforming ASTM E329,to make tests throughout • concrete operations. When requested by Owner, Engineer or his representative will monitor tests and review results. 1.03 SUBMITTALS A. Samples 1. Furnish material samples to approved testing laboratory for review and testing. 2. Provide sufficient quantities for testing and determining mixes to produce concrete class specified. B. Mix Designs 1. Submit mix designs for each different concrete strength and for each different aggregate. 2. Secure confirmation of laboratory tests on proposed mix designs prior to submittal. 3. Use only approved mix designs. 4. Make required tests of mix as called for elsewhere in this specification under "Tests." C. Reports: Provide certified mill reports on cement and sieve analysis on aggregate. D. Tests 1. Make moisture tests of aggregate to ensure proper batching and proportioning. • 2. Provide and maintain curing facilities conforming to ASTM C31. B1001 - 1/8 10/13/2005 • 3. For Structural Concrete: a. Perform sufficient number of tests to maintain check on quality. b. Conduct tests as per test procedures (ASTM C31 and C39 for Compression Test). c. When Portland cement concrete other than high-early-strength concrete is used,test minimum of two (2) standard 6-inch by 12-inch cylinders at 7 days and minimum of two (2) 6-inch by 12-inch cylinders at 28 days, for each 50 yards of concrete placed or each structure, whichever is less. d. When high-early-strength concrete is used, test minimum of two (2) standard 6-inch by 12-inch cylinders at 3 days and minimum of two (2) 6- inch by 12-inch cylinders at 7 days for each 50 cubic yards of concrete placed or for each structure, whichever is less. Minimum strengths normally required at 7 and 28 days will be required at 3 and 7 days, respectively. 4. For paving concrete, test pavement work as required by PLANS and/or as follows: a. Make one beam for each 1,000 square yards of pavement, or part thereof, for each day's pour and/or one beam on each street. b. Size of beams as required by ASTM C31. c. Core sampling in accordance with requirements of Special Provision. d. If requirements not established by Special Provision, make one core for each 1,000 linear feet or pavement, or one core for each 2,500 square yards of • pavement, or at least one core for each street, whichever is lease in area. e. Fill core hole with non-shrinking grout at no additional cost to Owner. f. Test core for compressive strength and for thickness. 5. For air entrainment, make two tests, in accordance with ASTM C138 or C173, for each day's placing. 6. Make slump tests periodically in accordance with ASTM C143. E. Specimen handling 1. Mark test specimens clearly in a definite sequence. 2. Transport and store specimens to prevent damage. 3. Provide insulated shed for storage of cylinders and beams. 4. Provide records identifying each cylinder with locations from which specimens were taken. 5. Cure specimens under laboratory conditions, except that for a possibility of surrounding air temperature falling below 40o F, additional specimens to be cured under job conditions may be required. F. Failure to Meet Specifications 1. Concrete failing to meet specifications will be rejected. 2. Should a 3-day (high-early cement) or 7-day (normal cement)test fail to meet established strength requirements, extended curing or resumed curing may be required. ID B1001 - 2/8 10/13/2005 • 3. Contractor to strength structures or replace portions thereof which fail to meet established strength requirements, at Contractor's expense. 4. Test cores, when required,to be in accordance with procedures of ASTM C42 at no additional cost to Owner. 1.04 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Cement 1. Store in weathertight enclosure and protect against dampness, contamination, and warehouse set. 2. Use only one supply source for each aggregate stockpile. B. Aggregates 1. Stockpile to prevent excessive segregation, or contamination with other materials or other sizes of aggregates. 2. Use only one supply source for each aggregate stockpile. C. Admixtures 1. Store to prevent contamination, evaporation, or damage. 2. Protect liquid admixtures from freezing or harmful temperature ranges. 3. Agitate emulsions prior to use. PART 2—PRODUCTS • 2.01 MATERIALS A. Concrete: Ready-mix concrete conforming to ATSM C94 or site-mixed concrete (dry weight 145-150 pounds per cubic foot). 1. Cements a. ASTM C 150, Type I. b. ASTM Specifications for weight variations and length of storage. c. Use no caked cement. d. Deliver in bags for site-mixed concrete. e. Use only one brand of cement in any one structure. f. Cement for Class"P"concrete may be delivered in bulk if method of handling is approved. 2. Admixtures a. Air-entraining admixtures in accordance with ASTM C260. b. Water-reducing and retarding admixtures in accordance with ASTM C494, Type A, or Type D admixture,modified as follows 1) Bleeding water no greater than bleeding water of ASTM C494 reference concrete when tested as per ASTM C232. 2) Increase durability, decrease permeability, and increase resistance to surface scaling, when compared to ASTM C494 reference concrete. • 3) No chlorides or alkalis added during manufacture of admixture. B1001 -3/8 10/13/2005 111 c. High range water-reducing admixture (superplasticizer) in accordance with ASTM C494, Type F or Type G modified as follows: 1) Superplasticized concrete to be nonsegregating, have little bleeding, and have physical properties similar to low water-cement ratio concrete. 2) Admixture composed of a synthesized suffocated polymer to be added to the concrete mixer with gauge water at the central batch plant. 3) Use only one liquid admixture to achieve the superplasticized concrete,except where air entrainment is desired, in which case, air entraining admixture to be compatible with superplasticizer admixture. 4) Treated concrete must be capable or maintaining superplastic state in excess of two hours. 5) Dosage as recommended by the manufacturer. d. Additional Requirements 1) Manufacturer to provide proof of successful field use of water- reducing and retarding admixture from recognized laboratories and other authorities. 2) Manufacturer to provide local representative and warehouse facilities, when requested by Owner. 3) Provide qualified concrete technician to assist in concrete mix 1111 design, if required. 4) If required, Contractor to acquire approved commercial laboratory testing at no cost to Owner to furnish certification of compliance with this specification. 5) Water reducing a retarding admixtures used in Class A and Class K concrete only, unless other wise specified. 6) Use manufacturer's published recommended dosage for optimum results as minimum requirements. Engineer may vary dosage after analysis of results of local commercial laboratory tests using materials from sources assigned by Contractors. 7) Dispensing and mixing equipment and procedures at batch plant are subject to approval. 3. Coarse Aggregate a. Durable particles of gravel, crushed gravel,crushed blast furnace slag, crushed stone, or combination thereof, conforming to ASTM C33. b. Use clean, durable particles, free from frozen materials, clay, salt, alkali, vegetable matter, or other coating, which would adversely affect strength of concrete or bonding of aggregate to cement paste. 1) Non-Prestressed Concrete aggregate size from No. 4 to 1 1/2-inch. 2) Prestressed Concrete aggregate size from No. 4 to 1-inch. c. The maximum size coarse aggregate to be as indicated above or no greater than three-fourths of the minimum clear spacing between parallel reinforcing bars or prestressing tendons,whichever is smaller. • 4. Fine Aggregate B1001 -4/8 10/13/2005 • a. Natural sand as per ASTM C33. b. Fineness modulus between 2.4 and 2.9. 5. Water a. Free from oils, acids, alkalis, organic mater or other deleterious substances, and not containing more than 1,000 parts per million of sulphates. b. Testing not required from municipal supplies approved by Texas Commission on Environmental Quality (TCEQ), but from other sources water will be sampled and tested, at no additional cost to Owner, before use. 6. Slump a. Test method as per ASTM C 143. b. As indicated in Classification Table. 7. Mix Proportioning a. As per Classification Table, based on maximum water-cement ratio and minimum strength requirements, with limits set on minimum cement content. b. Increase cement content above minimum or use approved admixtures, without additional cost to Owner, if type, gradation, or sizes of aggregate being supplied gives concrete mixture not meeting strength and workability requirements. 8. Coring Materials: Per Item "Concrete Structures." B. Nonshrink Grout: Grout to have moderate fluidity and to conform to Corps of Engineers • Specification CRD-C 621-82B. • B1001 - 5/8 10/13/2005 • CLASSIFICATION TABLE Max.Water Contents') Min.Comp. Pounds of Gallons of Min.Cement Per Stren_.h .si Water/Lb. Water/Bag C.Y42) Slump Range Total Air Content (in.) (%) Class-Type 7-Day 28-Day Cement Cement Lbs. Bags A-Structural 2000 3000 0.55 6.25 494 5.25 21/2 to 41/2 2%2 to 4%2 Asp-Structural(3) 2000 3000 0.50 5.65 423 4.50 7 to l Os") 3 to 5 B-Slope 1200 2000 0.75 8.50 400 4.25 214 to 4 214 Protection C-Pipe Blocking 1500 0.97 11.00 282 3.00 3 to 5 3 to 6 D-Seal Slab --- 376 4.00 6 to 8 As needed E-Monolithic 2000 3000 0.55 6.25 564 6.00 4to6 3 to 5 Sewer F-Prestressed(5) --- 5000 0.51 5.75 635 6.75 2 to 3 As needed G-Prestressed(5) --- 6000 0.49 5.50 658 7.00 2 to 3 As needed K-Structural(6) 2800 4000 0.50 5.65 564 6.00 314 to 5 214 to 41/2 Kw-Structural(3) 2800 4000 0.45 5.00 470 5.00 7 to 10(4) 3 to 5 P-Paving 6-Inch 1800 2800 0 66 7.50 423 4.50 3 to 5 21/2 to 41/2 (8) 450(7) P-Paving 7-Inch 2000 3000 0.66 750 470 5.00 3 to 5 21/2 to 41/2 (8) SOON • P-Paving 8-Inch 2000 3000 0.66 7 50 470 5.00 3 to 5 21/2 to 41/2 • (s) 550s't * All slump Ranges+'/a-Inch Tolerance (1) Include in maximum water,free water in aggregate minus absorption of aggregate based on a 30-minute absorption period. (2) For concrete placed under water,minimum cement per cubic yard shall be 611 pounds (6.5 bags). (3) Asp and Ksp to contain approved High Range Water Reducing(HRWR)Admixture. (4) Maximum 2-Inch slump before addition of HRWR Admixture. (5) For prestressed concrete,water-reducing admixture may be used as needed. (6) Use approved water-reducing and retarding admixture. (7) Minimum flexural strength at 7 days. (8) Slump range 1-Inch to 3-Inch when slip form method of construction used. III B1001 - 6/8 10/13/2005 • PART 3 —EXECUTION 3.01 MIXING CONCRETE A. General 1. Ready mixed and in accordance with requirements of current ACI Building Codes. 2. Postpone or delay work during adverse weather conditions. 3. Protect dry batch material so that it reaches mixer in a dry condition. 4. Use batch mixer having approved and positive water control, and measuring device for all materials. 5. Continue mixing to ensure uniform distribution of materials, but not less than 11/2 minutes after all materials have been introduced into mixer drum. 6. Rotate drum at peripheral speed recommended by mixer manufacturer. 7. Mix and deliver as per ASTM C94. a. Add mixing water at plant. b. Mix concrete in quantities required for immediate use, and discharge at job site within one hour after introduction of cement to aggregate. If Contractor can prove that concrete consistency measured by slump will not be reduced by more than 2-inches when superplasticized concrete is used, time interval between mixing and placing may be extended to a maximum of 90 minutes or to a period in which slump loss will not exceed 2-inches. • c. Begin mixing operation within 30 minutes after cement and aggregates intermingled. d. Ready-mixed concrete producer to furnish delivery tickets indicating: 1) Delivery date and time dispatched. 2) Name and location of project. 3) Name of contractor. 4) Name of ready mixed concrete producer. 5) Truck number. 6) Number of cubic yards of concrete in load. 7) Class of concrete. 8) Cement content in bags per cubic yard of concrete. 9) Amount of admixture in concrete, if any. 10) Number of gallons of water in mixture. 11) Air content. 8. Job mix concrete in approved type mixer, and do not load beyond manufacturer's rated capacity. a. Normal Weight Concrete 1) Mix batches of one cubic yard or less for minimum of 1%2 minutes after materials are placed in mixer. 2) Increasing mixing time 15 seconds for each half yard increased over on cubic yard batch. b. Maintain positive batch control equipment to within one percent(1%) accuracy. • B1001 - 7/8 10/13/2005 c. Clean, maintain, and operate equipment so as to thoroughly mix material as required. d. Hand mixing permitted for small placements only, or in emergencies, as authorized. e. Hand-mixed batches not to exceed a two-bag in volume. 9. Do not mix when air temperature is at or below 40 deg. F (taken in the shade away from artificial heat) and falling, or if likely to fall below 40 deg. F in next 24 hours. 10. To produce concrete with minimum temperature of 50 deg. F, heat aggregate and/or water uniformly as follows: 1) Water temperature not to exceed 180 deg. F, and/or aggregate temperature not to exceed 150 deg. F. 2) Heat mass of aggregate uniformly. 3) Temperature of aggregates and water to be between 50 deg. F and 85 deg. F before introduction of cement. 3.02 INSTALLATION In accordance with other applicable TECHNICAL SPECIFICATIONS. 3.03 MEASUREMENT AND PAYMENT A. No separate measurement and payment for work performed under this Item, except as • indicated below. Include cost of same in contract price bid for work of which this is a component part. B. Measure "Extra Concrete," when approved by Engineer, by cubic yard of concrete of class ordered, complete in place. Pay for"Extra Concrete unit price bid per cubic yard for classes of"Extra Concrete"used 1111 B1001 - 8/8 01/17/2011 ITEM NO. B2001 -CONCRETE STRUCTURES • PART 1 -GENERAL 1.01 DESCRIPTION A. Scope: Construction procedures for all types of concrete cast-in-place structures including methods for forming,placing, and curing. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 SUBMITTALS A. Submit samples mix designs,tests, and reports, per Item No. B1001 - "Concrete." B. Prior to start of work, submit following information when requested by Special Provision. 1. Methods of construction. 2. Plans for forms and falsework. 3. Amount and type of equipment. 4. Concrete placing schedule with facilities for handling concrete shrinkage. 5. Tabulation of concrete surfaces indicating types of finish on each surface. III PART 2 -PRODUCTS 2.01 MATERIALS A. Concrete: Item No. B1001 -Concrete. The class of concrete for each type of structure or unit shall be as shown on the plans,or by pertinent governing specifications. B. Reinforcing Steel. All reinforcing steel shall conform to the provisions of Item No. B3001 - "Reinforcing Steel." C. Expansion Joint Material: Per ASTM D1752 and Texas Department of Transportation Standard Specifications for construction of highways, streets and bridges (TXDOT) Item 433, "Joint Sealants and Fillers." 1. Performed Fiber Material. Preformed fiber expansion joint material shall conform to the dimensions shown on the plans. Unless otherwise specified, "Performed Bituminous Fiber Material" shall be used. 2. Joint Sealing Material. Unless shown otherwise,the sealer shall be a "Low Modulus Silicone Sealant." 1111 B2001 - 1/27 01/17/2011 3. Asphalt Board. Asphalt board shall conform to the dimensions shown on the plans. III 4. Rebonded Neoprene Filler. Rebonded neoprene filler shall conform to the dimensions shown on the plans. D. Waterstop. 1. Rubber waterstop or polyvinyl chloride (PVC) waterstop shall be in conformance with TXDOT Item 435, "Elastomeric Materials." 2. Other types shall be as shown on the plans. E. Curing Materials: Unless otherwise indicated, use one of the following. 1. Membrane curing shall conform to TXDOT Item 526, "Membrane Curing." 2. Cotton mats shall consist of a filling material of cotton "bat" or "bats" (min. 12 oz. per sq. yd.); covered with unsized cloth (min. six (6) oz. per sq. yd); tuft or stitched to maintain stability; shall be free from tears;and shall be in good general condition. 3. Polyethylene sheeting shall be four(4) mil. minimum thickness and free from visible defects. It shall be clear or opaque white except when the temperature during the curing period does not exceed 60 F or when applicable to control temperature during mass pours. 4. Burlap-polyethylene mats shall be made from burlap impregnated on one side with a film of opaque white pigmented polyethylene and free from visible defects. 5. Laminated mats shall have not less than one(1) layer of an impervious material such as polyethylene, vinyl plastic or other acceptable material (either as a solid sheet or impregnated into another fabric)and shall be free of visible defects. III F. Admixtures. Concrete admixtures shall comply with the requirements of TXDOT Item 437, "Concrete Admixtures". G. Epoxy. Unless otherwise specified, epoxy materials shall conform to TXDOT Item 575, "Epoxy". H. Latex Emulsions. Latex emulsion used for latex based grout/mortar, latex adhesive grout/mortar or other purposes shall conform to TXDOT Departmental Materials Specification D9-8110. I. Forms and Falsework 1. Timber a. Seasoned good quality timber, free from loose or unsound knots, knot holes, twists, shakes, decay, and other imperfections which would affect its strength or impair finished surface of concrete. b. Wedges, when required,to be hardwood or metal. 2. Metal a. Thickness of metal forms as required to maintain true shape without warping or bulging. Ill B2001 - 2/27 01/17/2011 b. Keep metal forms free from rust, grease, or other foreign materials, and use only • those which present a smooth surface and line up properly. c. Aluminum not permitted. J. Grout 1. Nonshrinking Grout: Premixed grout which is nonmetallic, noncorrosive, and nonstaining; containing specially selected silicon sands, cement, shrinkage compensating agents, plasticizing and water reducing agents. a. Conform to requirements of Corps of Engineers CRD-0588 Test Method CRD- 0589. b. Minimum 28-day compressive strength of 8,000 psi. c. Maintain grout temperature during placement between 50 deg.F and 90 deg. F. d. Prepare and place grout according to grout manufacturer's specifications. 2. Nonshrink Epoxy Grout: Five Star epoxy grout as manufactured by U.S. Grout Corporation or equal. K. Permanent Moisture Barrier: Polyethylene film minimum thickness of.006 inch(six mils) with high impact strength rating. L. Paint Type Coating: Synthetic elastomer-polyester base coating containing fiberglass, mica,and perlite,and may be either of the following: 1. "Tex-Cote" concrete gray fine textured "Bridge Coat" (Textured Coatings of America, Inc.) • 2. "Scotch Shield" coatings(Preston Company). M. Waterproofmg: Self-adhering polyethylene with a rubberized asphalt mastic material. 1. Minimum 4 mil thickness polyethylene coated on one side with a layer of adhesive rubberized asphalt with protective membrane. 2. Designed for tensile strength of 250 psi when tested in accordance with ASTM D412-80. 3. Thickness to be 60 mils excluding the protective release membrane. 4. Furnish in rolls 36 inches minimum width and 50 feet minimum length. N. Coal Tar Epoxy Coating 1. Modified Coal Tar Epoxy Compound consisting of 100 percent sprayable solids not requiring solvent material for application or curing. Finished product to be flexible and free of chalking, checking, and hairline shrinkage cracks. Manufacturers: Madewell 1103 Coal Tar Epoxy Coating or equal. 2. Coal Tar Epoxy Primer: Madewell 927 or equal. • B2001 - 3/27 01/17/2011 PART 3 -EXECUTION • 3.01 GENERAL REQUIREMENTS Concurrence on the part of the Engineer of any proposed construction methods, approval of equipment, or of form and falsework plans does not relieve the Contractor of the responsibility for the safety or correctness of the methods, the adequacy of his equipment or from carrying out the work in full accordance with the contract. A. Time Sequence of Construction Operations. 1. Do not place superstructure members, forms, falsework, or erection equipment on substructure before concrete therein has attained a flexural strength of 425 psi. 2. Erect forms on footings support by piling or drilled shafts after concrete has attained a minimum flexural strength of 340 psi. Such work may begin on spread footings after concrete has aged at least 2 curing days. Concrete may be placed as soon as the forms and reinforcing steel are approved. 3. Support of tie beam and/or cap forms by falsework placed on previously placed tie beams is permissible, provided such beams have attained 425 psi. flexural strength, properly supported to eliminate stresses not provided for in design. 4. For bridges and direct traffic culverts, construction traffic and traveling public permitted in accordance with the following. a. Authorization for light construction traffic not to exceed a three-quarter ton truck may be given after last slab of concrete has been in place at least 14 days. • b. After the last slab concrete has been in place at least 21 days, authorization may be given for other construction traffic, or for the traveling public when necessary. Vehicle exceeding the legal load limit will be allowed in accordance with TXDOT Item 6, "Control of Materials". 5. Forms, or screed supports for bridges, may be attached to I-beams or girders by welding, subject to the following requirements: a. Welds will not be permitted on tension flanges and in those areas shown on the plans or as directed by the Engineer. b. Welds shall be made in accordance with TXDOT Item 448, "Structural Field Welding". 3.02 CONSTRUCTION A. Forming 1. General Requirements: Shall be designed and constructed to safely carry the maximum anticipated loads, including wind loads, and to provide the necessary rigidity. Details of falsework construction shall be subject to review and approval by the Engineer. 2. Design Loads: For evaluating the adequacy of job fabricated falsework, a weight of 150 pounds per cubic foot shall be assumed for concrete, and a live load allowance of 50 pounds per square foot of horizontal surface of the form work shall be included. The maximum stresses shall not exceed 125 percent of the allowable stresses used for the design of structures. Commercially produced structural units • used in falsework shall not exceed the manufacturer's maximum allowable working B2001 -4/27 01/17/2011 load for moment, and shear or end reaction. The maximum allowable working load 41111 shall include an allowance of 35 pounds per square foot of horizontal form surface and sufficient details and data shall be submitted to the Engineer for approval. 3. Falsework a. When wedges are used to adjust falsework to desired elevations, the wedges shall be used in pairs to insure even bearing. The use of wedges to compensate for incorrectly cut bearing surfaces will not be permitted. b. Sills or grillages shall be large enough to support the superimposed load without settlement, and unless founded on solid rock, shale or other hard materials, precautions shall be taken to prevent yielding of the supporting material. c. Falsework, which cannot be founded on a satisfactory spread footing, shall be placed on piling or drilled shafts having a bearing capacity sufficient to support the superimposed load without settlement. Falsework piling shall be driven to the required resistance determined by the applicable formula given in TXDOT Item 404, "Driving Piling". Drilled shafts for falsework shall be designed to carry the superimposed load using both skin friction and point bearing. d. Welding, when used, shall conform to the requirements of TXDOT Item 448, "Structural Field Welding". Each falsework bent shall be securely braced to provide the stiffness required with the bracing securely fastened to each pile or column it crosses. The falsework shall be removed when no longer required. Falsework piling shall be pulled or cut off not less than six (6) inches below finished ground level. Falsework, piling or drilled shafts in a stream, lake, or bay shall be 41111 completely removed to a point specified by the Engineer to prevent any obstruction to the waterway. 4. Forms. All forms shall be constructed in accordance with the following: a. General. Except where otherwise specified, forms may be of either timber or metal. 1) Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. 2) Studs, joists, wales or other devices used for form supports shall be of sufficient section and rigidity to withstand undue bulging or settling of the forms. Any device or method used for form support shall be subject to the approval of the Engineer. 3) Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in determining the depth of the equivalent liquid. Job fabricated forms shall be designed for an additional live load of 50 pounds per square foot of horizontal surface. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used for the design of structures. 4) Commercially produced structural units used in form work shall not exceed the manufacturer's maximum allowable working load for moment, shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface and sufficient details and data shall be submitted to the Engineer for review. • B2001 - 5/27 01/17/2011 5) Forms shall be practically mortar-tight,rigidly braced and strong enough to • prevent bulging between supports and shall be maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner to prevent warping and shrinkage. 6) Offsets at form joints shall not exceed 1/16 inch. Form supports for slabs shall not be welded to the top flange of I-beams or girders except in accordance with the provisions of Article 3.02.A. 7) Deflections due to cast-in-place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. 8) All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. 9) Permission to place concrete will not be given until all preparatory work is complete to the satisfaction of the Engineer. 10) If, at any stage of placement, the forms show signs of bulging or sagging, the portion of the concrete causing such condition shall be removed immediately, if necessary, and the forms shall be reset and securely braced against further movement. 11) Wet surface of forms to be in contact with concrete immediately before placing concrete. 12) Before concrete placement, align edges and faces of form panels and tape or fill joints with patching plaster or cold-water putty to prevent leakage; sand lightly with No. 0 sandpaper to make joints smooth. 1111 13) Forms of any kind are not permitted under permanent structures. B. Timber Forms. 1. Lumber for forms shall be properly seasoned, of good quality, and free from imperfections, which would affect its strength or impair the finished surface of the concrete. 2. Forms or form lumber to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, marred or has defects that will produce inferior work shall not be used and shall be promptly removed from work. 3. Form lining will be required for all forms surfaces, except for the inside of culvert barrels, inlets, manholes and box girders;the bottom of bridge decks between beams or girders; surfaces that are subsequently covered by backfill material or are completely enclosed;and, any surface formed by a single finished board. Lining will not be required when plywood forms are used. Form lining shall be of an approved type such as Masonite or plywood. Thin membrane sheeting such as polyethylene sheets shall not be used for form lining. Commercial form liners used to imprint a pattern or texture on the surface of the concrete shall be as shown on the plans and/or as approved by the Engineer. 4. Forms may be constructed of plywood not less than 1/2 inch in thickness. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. Plywood used for forming surfaces which remain exposed shall be equal to that specified as B-B Plyform Class I or Class II Exterior of the U.S. Department of Commerce, National Institute of Standards and Technology, U.S. • Product Standard, latest edition. B2001 - 6/27 01/17/2011 5. Studs and joists shall be spaced so that the facing form material remains in true III alignment under the imposed loads. 6. Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at least four(4) feet on each side of joints to provide continuity. A row of wales shall be placed near the bottom of each placement. 7. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. 8. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical, i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. 9. Molding for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided herein or shown on the plans, forms shall be filleted at all sharp corners and edges with triangular chamfer strips measuring 3/4 inch on the side. 10. Except at structures where railing is to be attached, culvert headwall heights shall be adjusted as necessary to provide a maximum projection of three (3) inches above the roadway slope unless otherwise directed by the Engineer. As the entrance of all box culverts, a three (3) inch chamfer shall be provided along the bottom edge of the top slab. Reinforcing steel shall be adjusted as necessary to provide a minimum 1-1/4 inch clear cover. No changes will be made in quantities and no additional compensation will be allowed for this work. 11. All forms shall be constructed to permit their removal without marring or damaging III the concrete. The forms may be given a slight draft to permit ease of removal. 12. Metal form ties of an approved type or a satisfactory substitute shall be used to hold forms in place and shall be of a type that permits ease of removal of the metal as hereinafter specified. 13. All metal appliances used inside of forms for alignment purposes shall be removed to a depth of at least 1/2-inch from the concrete surface. The appliances shall be made so the metal may be removed without undue chipping or spalling of the concrete, and when removed, shall leave a smooth opening in the concrete surface. Burning off of rods, bolts or ties will not be permitted. 14. Any wire ties used shall be cut back at least 1/2-inch from the face of the concrete. 15. Devices holding metal ties in place shall be capable of developing the strength of the tie and adjustable to allow for proper alignment. 16. Metal and wooden spreaders which are separate from the forms shall be removed entirely as the concrete is being placed. 17. Adequate clean-out openings shall be provided for narrow walls and other locations where access to the bottom of the forms is not readily attainable. 18. The facing of all forms shall be treated with bond breaking coating of such composition that would not discolor or otherwise injuriously affect the concrete surface. Care shall be exercised to prevent coating of the reinforcing steel. C. Metal Forms. The foregoing requirements for timber forms regarding design, mortar- tightness, filleted corners, beveled projections, bracing, alignments, removal, reuse and wetting shall also apply to metal forms, except that these will not require lining, unless III specifically noted on the plans. B2001 - 7/27 01/17/2011 The thickness of form metal shall be as required to maintain the true shape without III warping or bulging. All bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. Metal forms which do not present a smooth surface or which line up improperly shall not be used. Metal shall be kept free from rust,grease or other foreign materials. D. Form Supports for Overhang Slabs. Form supports which transmit a horizontal force to a steel girder or beam, or to a prestressed concrete beam will be permitted, providing a satisfactory structural analysis has been made of the effect on the girder or beam and approval is granted by the Engineer. 1. When overhang brackets are used on prestressed concrete beam spans with slab overhangs not exceeding three (3) feet six (6) inches, bracing requirements shall conform to the details shown on the plans. 2. For spans in which the overhang exceeds three (3) feet six (6) inches, additional support will be required for the outside beams regardless of the type beam used. Details of the proposed support system shall be submitted by the Contractor for approval. 3. Holes in steel members for support of overhand brackets may be punched or drilled full size or may be torch cut to 1/4-inch under size and reamed full size. In no case shall the holes be burned full size. The hole shall be left open unless otherwise shown on the plans. The holes shall never be filled by welding. E. Drains. Weep holes and roadway drains shall be installed and constructed as shown on III the plans. F. Joints 1. Expansion Joints. a. Joints and devices to provide for expansion and contraction shall be constructed in accordance with plan details and the requirements of this Item. b. The bearing area under the expansion ends of concrete slabs and slab and girder spans shall be given a steel trowel finish, and finished to the exact grades required. c. Bridging of concrete or mortar around expansion joint material in bearings and expansion joints shall be prevented. d. All open joints and joints to be filled with expansion joint material shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement of the span without requiring full form removal. e. When a "Type A" joint is shown on the plans, preformed fiber joint material shall be used in the vertical joints of the roadway slab, curb, median or sidewalk and the top one (1) inch thereof shall be filled with the joint sealing material shown herein or shown on the plans. f. The sealer shall be installed in accordance with TXDOT Item 438, "Cleaning and/or Sealing Joints and Cracks (Portland Cement Concrete)", and the 1111 manufacturer's recommendations. B2001 - 8/27 01/17/2011 g. Where preformed fiber joint material is used, it shall be anchored to the concrete • on one(1)side of the joint by light wire or nails. h. Finished joints shall conform to the plan details with the concrete sections completely separated by the specified opening or joint material. i. Soon after form removal and again where necessary after surface finishing, all concrete shall be removed from within the joint opening to insure full effectiveness of the expansion joint. 2. Construction Joints. a. The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term monolithic placement shall be interpreted to mean that the manner and sequence of concrete placing shall not create a construction joint. b. Construction joints shall be of the type and at the locations shown on the plans. Construction joints other than those shown on the plans will not be permitted in bridge slabs. Additional joints in other members will not be permitted without written authorization from the Engineer. When additional joints are authorized, they shall have details equivalent to those shown on the plans for joints in similar locations. c. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all vertical joints. d. Construction joints requiring the use of joint sealing material shall be as shown on the plans. e. A concrete placement terminating at a horizontal construction joint shall have 11111 the top surface roughened thoroughly as soon as practicable after initial set is attained. f. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign matter and saturated with water. All fre ewater shall be removed and the surface shall be in a moist condition when concrete and/or bonding grout is placed against it. g. Forms shall be drawn tight against the existing concrete to avoid mortar loss and offsets at joints. h. When shown on the plans or in other specifications, the joint surface shall be coated with bonding mortar,grout,or other specified material. i. When shown on the plans, Type V epoxy material shall be used for bonding fresh concrete to hardened concrete. The bonding epoxy shall be placed on a clean,dry surface and shall be tacky when the fresh concrete is placed. G. Seal for Foundations. Concrete for foundation seals, unless otherwise specified, shall be in accordance with TXDOT Item 400, "Excavation and Backfill for Structures". H. Placing Reinforcement. 1. Reinforcement shall be placed as provided in Item No. B3001 - "Reinforcing Steel". Reinforcing steel supports shall not be welded to I-beams or girders or to reinforcing steel except where shown on the plans to be permissible. 2. Post tensioning ducts shall be placed in accordance with the approved prestressing • details, and in accordance with TXDOT Item 426, "Prestressing". The Contractor B2001 - 9/27 01/17/2011 shall maintain all ducts free of obstructions until all post tensioning operations are III complete. I. Placing Concrete-General. 1. The Contractor shall give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms, reinforcing steel placement and other preparations. 2. The sequence of placing concrete shall be as shown on the plans or as required herein. 3. Concrete placement will not be permitted when impending weather conditions would impair the quality of the finished work. If conditions of wind, humidity, and temperature are such that concrete cannot be placed without cracking, concrete placement shall be done in the early morning or at night. When concrete mixing, placing, and finishing is done in other than daylight hours, provisions shall be made to adequately light the entire placement site. The Engineer will approve the adequacy of such lighting before operations are begun. 4. Where work has been started and changes in weather conditions require protective measures,the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures as outlined in Article 3.02.J. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stockpiles. Aggregate stockpiles need to be covered only to the extent necessary to control the moisture conditions in the aggregates. III 5. After concrete has achieved initial set, at least one (1) curing day shall elapse before placing strain on projecting reinforcement in order to prevent damage to the concrete. 6. Placing Temperature. a. The temperature of all concrete at the time of placement shall be not less than 50 F. b. The temperature of cast-in-place concrete in bridge slabs and top slabs of direct traffic structures shall not exceed 85 F when placed. Concrete diaframs, parapets, concrete portions of railing, curbs, and sidewalks, unless monolithically placed with the slab, will not be subject to the above maximum. Other portions of structures, when shown on the plans, shall require the temperature control specified. c. For mass concrete placements, as defined in Subarticle 3.02.I.15, the concrete temperature at the time of placement shall not exceed 75 F. 7. Transporting Time. The maximum time interval between the addition of cement to the batch and the placing of concrete in the forms shall conform to the requirements in Table 1. TABLE 1 TEMPERATURE-TIME REQUIREMENTS III B2001 - 10/27 01/17/2011 Concrete Temperature Max Time Max Time') III (at point of placement) No Retardin A en (With Retarding Agent) Above 80°F 15 30 80°F and Below 30 45 Agitated Concrete: Above 90°F 45 75 Above 75°through 90°F 60 90 75°F and Below 90 120 (1)Normal dosage of retarder 8. Transporting Equipment. a. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement shown on the plans or required by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors,pumps or other methods. b. When belt conveyors or pumps are used, sampling for testing should be done at the discharge end. When in the opinion of the Engineer, it is deemed impractical to sample as the discharge end, sampling may be done at the mixer provided that correlation testing is performed and documented to ensure specification requirements are met at the discharge end. III c. Concrete transported by conveyors shall be protected from sun and wind, if necessary, to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes, or other aluminum equipment. Pump lines shall conform to the following: 1) For Grade 2 coarse aggregate and smaller, the minimum size pump line shall be five (5) inches ID. 2) For Grade 1 coarse aggregate, the minimum size pump line shall be eight (8) inches ID. d. Chutes,troughs,conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When necessary to prevent segregation, such equipment shall terminate in vertical down-spouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in the forms. e. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. 9. Forms. a. Openings in forms shall be provided, if needed, for the removal of laitance or foreign matter. b. All forms, prestressed concrete panels, T-beams, and concrete box beams on which concrete is to be placed shall be wetted thoroughly prior to placing III concrete thereon. Any remaining puddles of excess water shall be removed. B2001 - 11/27 01/17/2011 The top of such members shall be in a moist surface dry condition when • concrete is placed on them. 10. Handling, Placing, and Consolidation. The method of handling, placing, and consolidation of concrete shall minimize segregation of the concrete and displacement of the reinforcement. A uniform dense compact mass shall be produced. a. Handling and Placing. Concrete shall not have a free fall of more than five (5) feet, except in the case of thin walls such as in culverts or as specified in other items. Any hardened concrete splatter ahead of the plastic concrete shall be removed. Each part of the forms shall be filled by depositing concrete as near its fmal position as possible. Depositing large quantities at one point and running or working the concrete along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness,unless otherwise directed by the Engineer. Cold joints in a monolithic placement shall be avoided. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogeneous mass with the previously placed concrete. Not more than one (1) hour shall elapse between adjacent or successive placements of concrete, except as otherwise required by an approved placing procedure when revibration of the concrete is shown on the plans or specifications. This time requirement may be extended by 1/2 hour when the concrete contains not less than a normal dosage or retarding admixture. An approved retarding agent 1111 shall be used to control stress cracks and/or cold joints in placements where differential settlement and/or setting time may induce stress cracking. b. Consolidation. All concrete shall be well consolidated and the mortar flushed to the form surfaces with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one (1)stand-by vibrator shall be provided for emergency use in addition to those required for placement. The concrete shall be vibrated immediately after deposit. A systematic spacing of the points of vibration shall be established to insure complete consolidation and thorough working of the concrete around the reinforcement,embedded fixtures, and into the corners and angles of the forms. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation and complete embedment of reinforcement and fixtures is produced, but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary, to insure the flushing of mortar to the surface of all forms. 11. Slabs. a. Unless otherwise shown on the plans or other specifications, slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete • batches over completed slabs will not be permitted until the slabs have aged at B2001 - 12/27 01/17/2011 least four (4) full curing days. For the remainder of the curing period, timber IP planking will be required for carting of the concrete. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. b. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. c. A longitudinal screed may be placed directly on previously placed concrete slabs for the purpose of checking and grading of an adjacent slab after the previously placed slab has aged not less than 24 hours. Actual screeding may be done after the previously placed slabs have aged at least 48 hours. 12. Continuous Placements. For continuous placement of the deck on steel units, the initial set of the concrete shall be retarded sufficiently to insure that the concrete remains plastic in not less than three (3) spans immediately preceding the slab being placed. For simple spans, retardation shall be required only if necessary to complete finishing operations or as required by Article 3.02. 13. Fogging and Interim Curing. a. From the time of initial strike off of the concrete until finishing is completed and required interim curing is in place, the unformed surfaces of slab concrete in bridge decks and top slabs of direct traffic culverts shall be fogged when necessary to replace water loss due to evaporation. b. Fogging equipment shall be capable of applying water in a fine mist, not a spray. The fog shall be produced using equipment which pumps water or water and air under high pressure through a suitable atomizing nozzle. The equipment shall be hand operated and sufficiently portable for use in the direction of any prevailing wind. It shall be adaptable for intermittent use as directed by the Engineer to prevent excessive wetting of the concrete. c. Interim curing will be required for slab concrete in bridge decks and top slabs of the direct traffic culverts immediately upon completion of final finish. Type 1- D membrane curing compound (Resin Base Only) will be required. Water curing will be required in accordance with Article 3.02 and shall be commenced as soon as possible without damaging the surface fmish. 14. Installation of Dowels and Anchor Bolts. Dowels and anchor bolts may be cast-in- place or installed by grouting with grout, epoxy or epoxy mortar. Holes for grouting may be formed or drilled. a. General. Holes for anchor bolts shall accommodate the bolt embedment required by the plans. Holes for dowels shall be a minimum of 12 inches deep unless otherwise shown on the plans. When grout or epoxy mortar is used, the diameter of the hole shall be not less than twice the dowel or bolt diameter nor more than the diameter plus 11/2 inches. When using epoxy, the hole diameter shall be 1/16 inch to 1/4 inch greater than the dowel or bolt diameter. Holes shall be thoroughly cleaned of all loose material, oil, grease, or other bond breaking substance and blown clean with filtered compressed air. Holes shall be in a surface dry condition when epoxy type material is used. Holes shall be in a surface moist condition when Portland cement grout is used. The Contractor shall develop and demonstrate a procedure for cleaning and preparing the holes for installation of the dowels and anchor bolts that is satisfactory to the B2001 - 13/27 01/17/2011 Engineer. The void between the hole and dowel or bolt shall be completely • filled with grouting material. b. Cast-in-Place or Grouted Systems. Portland cement grout, epoxy mortar, or other prepackaged grouts as approved by the Engineer may be used. Port cement grout shall conform to the pertinent provisions of TXDOT Item 421, "Portland Cement Concrete". Epoxy (Type V) and Epoxy Mortar (Type VIII) shall conform to TXDOT Item 575, "Epoxy". Grout, epoxy or epoxy mortar may be used as the binding agent unless otherwise indicated on the plans. c. Other Anchor Systems. These systems shall be in accordance with the plans and approved by the Engineer. 15. Mass Placements. a. Unless otherwise shown on the plans, for monolithic mass placements having a least dimension greater than five (5) feet, the Contractor shall develop a plan to assure that during the heat dissipation period, the temperature differential between the central core of the placement and the exposed concrete surface does not exceed 35°F. b. A detailed plan, along with an analysis of the associated heat generation and dissipation (heat flow analysis) shall be submitted to the Engineer for approval. No concrete shall be placed until this plan is approved. This plan may include a combination of the following: 1. Selection of concrete ingredients to minimize heat of hydration. 2. Using ice or cooling concrete ingredients. • 3. Controlling rate of concrete placement. 4. Using insulation to control heat loss. 5. Using supplemental heat to control heat loss. 6. Use of fly ash. c. The Contractor shall furnish and install two (2) sets of strip chart temperature recording devices or approved equivalent at locations designated by the Engineer. These devices shall be accurate to within+/-2°F within the range of 32° F to 212°F and shall be used to simultaneously measure the temperature of the concrete at the core and the surface. J. Placing Concrete in Cold Weather. 1. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing during cold weather will not relieve the Contractor of the responsibility for producing concrete equal in quality to that place under normal conditions. Should concrete placed under such conditions prove unsatisfactory,it shall be removed and replaced. 2. Concrete may be placed only when the atmospheric temperature is greater than 35° F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32°F. 3. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature, the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180° F, nor shall the aggregate temperature exceed 150° F. The heating apparatus shall heat the mass of aggregate uniformly. • B2001 - 14/27 01/17/2011 The temperature of the mixture of aggregate and water shall be between 50° F and • 85°F before introduction of the cement. 4. The Contractor shall provide and install recording thermometer(s) or other suitable temperature measuring device(s)to verify that all concrete is effectively protected as follows: a. The temperature of all unformed surfaces of bridge decks and top slabs of direct traffic culverts shall be maintained at 50° F or above for a period of 72 hours from time of placement and above 40°F for an additional 72 hours. b. The temperature at the surface of all concrete in bents, piers, culvert walls, retaining walls, parapets, wingwalls, bottom of slabs, and other similar formed concrete shall be maintained at 40° F or above for a period of 72 hours from time of placement. c. The temperature of all concrete, included the bottom slabs (footings) of culverts placed on or in the ground, shall be maintained above 32° F for a period of 72 hours from time of placement. 5. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article 3.02.A shall be provided during this period until all requirements for curing have been satisfied. 6. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand and ready for use before permission is granted to begin placement. 7. Sufficient extra test specimens will be made and cured with the placement to ascertain the condition of the concrete as placed prior to form removal and acceptance. K. Placing Concrete in Hot Weather. Unless otherwise directed by the Engineer,when the temperature of the air is above 85° F, an approved retarding agent will be required in all concrete used in superstructures and top slabs of direct traffic culverts. L. Placing Concrete in Water. 1. Concrete shall be deposited in water only when shown on the plans or with the written permission of the Engineer. The forms or cofferdams shall be sufficiently tight to prevent any water current passing through the space in which the concrete is being deposited. Pumping of water will not be permitted during the concrete placing,nor until it has set for at least 36 hours. 2. The concrete shall be placed with a tremie, or other approved method, and shall not be permitted to fall freely through the water nor shall the concrete be disturbed after being placed. The concrete surface shall be kept approximately level during placement. 3. The tremie shall consist of a water-tight tube of a diameter which will permit adequate placement of the concrete, but not greater than 14 inches. The tremie shall be constructed so that the bottom can be sealed and opened after the tremie is in place and fully charged with concrete. The tremie shall be supported so that it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow. The lower end of the tremie shall be submerged in the concrete at all • times. 4. The placing operations shall be continuous until the work is complete. B2001 - 15/27 01/17/2011 5. Unless otherwise specified, all classes of concrete placed under water,except Class E • and Class SS, shall be redesigned to contain an additional sack of cement per cubic yard more than the mix design being used. Pilot beam tests may be waived by the Engineer for this redesign. M. Placing Concrete in Superstructure. 1. Unless otherwise shown on the plans, simple span bridge slabs shall be placed without transverse construction joints by using either a mechanical longitudinal screed or a self propelled transverse finishing machine. For small placements or for unusual conditions, the Engineer may waive the mechanical screed requirement and permit the use of manually operated screeding equipment. The screed shall be adequately supported on a header or rail system sufficiently stable to withstand the longitudinal or lateral thrust of the equipment. Unless otherwise shown on the plans, temporary intermediate headers will be permitted for placements exceeding 50 feet in length for the longitudinal screed, provided the rate of placement is rapid enough to prevent a cold joint and that these headers are designed for early removal to permit satisfactory consolidation and finish of the concrete at their locations. 2. Unless otherwise shown on the plans, slabs on continuous units shall be placed in one continuous operation without transverse construction joints using a mechanical longitudinal screed or a self propelled transverse finishing machine. For unusual conditions, such as widening, variable cross slopes or transitions, the Engineer may waive the mechanical screed requirement and permit the use of manually operated screeding equipment. Rails for transverse finishing machines which are supported • from the beams or girders shall be installed so that the supports may be removed without damage to the slab. Bond between removable supports and the concrete shall be prevented in a manner acceptable to the Engineer. Rail support parts which remain embedded in the slab shall not project above the upper mat of reinforcing steel. Rail or screed supports attached to I-beams or girders shall be subject to the requirements of Article 3.02.A. 3. Unless otherwise shown on the plans, for transverse screeding, the minimum rate of concrete placement shall be 30 linear feet of bridge deck per hour. The Contractor shall furnish personnel and equipment capable of placing, finishing and curing the slab at an acceptable rate to insure compliance with the specifications. 4. The profile gradeline may require adjustment, due to variation in beam camber and other factors, to obtain the required cover over the slab reinforcement. Beams shall be set in a sufficient number of spans so that when adjustment is necessary, the profile gradeline can be adjusted over suitable increments and the revised gradeline will produce a smooth riding surface. 5. One (1) or more passes shall be made with the screed over the bridge deck segment prior to the placement of concrete thereon to insure proper operation and maintenance of grades and clearances. 6. Slab concrete shall be deposited between the exterior beam and the adjacent beam prior to placing concrete in the overhang portion of the slab. 7. For transverse screeding, concrete shall be placed in transverse strips. Additionally, on profile grades greater than 1-1/2 percent,placement shall begin at the lowest end. 8. For longitudinal screeding,concrete shall be placed in longitudinal strips starting at a 111 point in the center of the segment adjacent to one side, except as provided herein, and B2001 - 16/27 01/17/2011 the strip completed by placing uniformly in both directions toward the ends, except • that for spans on a grade of 1-1/2 percent or more placing shall start at the lowest end. 9. The width of strips shall be such that the concrete therein will remain plastic until the adjacent strip is placed. Where monolithic curb construction is specified, the concrete shall be placed therein in proper sequence to be monolithic with the adjacent longitudinal strips of the slabs. 10 An approved system of checking shall be used to detect any vertical movement of the forms or falsework. Forms for the bottom surface of concrete slabs, girders and overhangs shall be maintained to the required vertical alignment during concrete placing. 11. Unless otherwise shown on the plans, girders, slab and curbs of slab and girder spans shall be placed monolithically. Concrete girder stems shall be filled first and the slab concrete placed within the time limits specified in Article 3.02.I. a. Construction joints, when permitted for slab placements on steel and prestressed concrete beams, shall be shown on the plans. Where plans permit segmental placing without specifying a particular order of placement, any logical placing sequence which will not result in the overstressing of any of the supporting members will be permitted subject to the approval of the Engineer. 12. Any falsework under steel girder or truss spans shall be released and the spans swung free on their permanent supports before placing any slab concrete thereon. 13. When the curb forms are filled,the top of curb and sidewalk section shall be brought to the correct camber and alignment and finished as described in Articles 3.02.P and 3.02 V. N. Placing Concrete in Box Culverts. 1. Where the top slab and walls are placed monolithically in culverts more than four(4) feet in clear height, an interval of not less than one (1) nor more than two (2) hours shall elapse before placing the top slab to allow for settlement and shrinkage in the wall concrete. 2. The footing slab shall be accurately finished at the proper time to provide a smooth uniform surface. Top slabs which carry direct traffic shall be finished as specified in Article 3.02.Q. Top slabs of fill type culverts shall be given a float finish. 0. Placing Concrete in Foundation and Substructure. 1. Concrete shall not be placed in footings until the depth and character of the foundation has been inspected by the Engineer and permission has been given to proceed. 2. Placing of concrete footings upon seal concrete will be permitted after the cofferdams are free from water and the seal concrete cleaned. Any necessary pumping or bailing during the concreting operation shall be done from a suitable sump located outside the forms. 3. All temporary wales or braces inside cofferdams shall be constructed or adjusted as the work proceeds to prevent unauthorized construction joints. 4. When footings can be placed in a dry excavation without the use of cofferdams, forms may be omitted, if approved by the Engineer, and the entire excavation filled • B2001 - 17/27 01/17/2011 with concrete to the elevation of the top of footing. In this case, measurement for 11111 payment will be based on the footing dimensions shown on the plans. 5. Concrete in columns shall be placed monolithically between construction joints unless otherwise provided. Columns and caps and/or tie beams supported thereon may be placed in the same operation. To allow for settlement and shrinkage of the column concrete, it shall be placed to the lower level of the cap or tie beam and placement delayed for not less than one (1) hour nor more than two (2) before proceeding. P. Treatment and Finished of Horizontal Surfaces Except Roadway Slabs. 1. All unformed upper surfaces shall be struck off to grade and finished. The use of mortar topping for surfaces under this classification will not be permitted. 2. After the concrete has been struck off, the surface shall be floated with a suitable float. Bridge sidewalks shall be given a wood float or broom finish or may be striped with a brush,as specified by the Engineer. 3. The tops of caps and piers between bearing areas shall be sloped slightly from the center toward the edge, and the tops of abutments and transition bents sloped from the backwall to the edge, as directed by the Engineer, so that the water drains from the surface. The concrete shall be given a smooth trowel finish. When shown on the plans, the top of caps and piers shall be coated with Type X epoxy material except for areas under shoes and bearing pads. Unless otherwise shown on the plans, the color shall be concrete gray. The color of the epoxy may be adjusted to concrete • gray by the use of a black universal type tinting paste. Bearing areas for steel units shall be constructed in accordance with TXDOT Item 441, "Steel Structures". 4. Bearing seat build-ups or pedestals for concrete units may be cast integrally with the cap or with a construction joint as follows: 5. The bearing seat build-ups shall be constructed of a latex based mortar or an epoxy mortar, mixed in accordance with the manufacturer's recommendation. Pedestals shall be constructed of Class "C"concrete, reinforced as shown on the plans. 6. Bearing areas under elastomeric pads or non-reinforced bearing seat build-ups shall be given a textured,wood float finish. Q. Finish of Roadway Slabs. 1. In all roadway slab finishing operations, camber for specified vertical curvature and transverse slopes shall be provided. 2. For concrete slab or concrete slab girder spans cast in place on falsework, an additional amount of camber shall be provided to offset the initial and final deflections of the span. The additional amount of camber shall be determined from the dead load deflection diagram shown on the plans. When dead load deflections is not shown on the plans, the additional amount of camber shall be 1/8 inch per ten foot of span length but not to exceed 1/2 inch. For pan girder spans the additional camber for initial and final deflections shall be approximately 1/2 inch for 30 foot spans and 5/8 inch for 40 foot spans unless otherwise directed by the Engineer. 3. Roadway slabs supported on prestressed concrete, steel beams or girders shall receive no additional camber, except that for slabs without vertical curvature, the • longitudinal camber shall be approximately 1/4 inch. B2001 - 18/27 01/17/2011 4. Dead load deflection shall be taken into account in setting the grades of headers and • rail systems. 5. Work bridges or other suitable facilities shall be provided by the Contractor from which to perform all finishing operations and check measurements for slab thickness and reinforcement cover. 6. As soon as the concrete has been placed and vibrated in a section of sufficient width to permit working, the surface shall be approximately leveled, struck off and screeded, carrying a slight excess of concrete ahead of the screed to insure filling of all low spots. The screed shall be rigid enough to hold true to shape and shall have sufficient adjustments to provide for the required camber or section. A vibrating screed may be used if heavy enough to prevent undue distortion. The screeds,except those of the roller drum type, shall be provided with metal cutting edges. 7. Longitudinal screeds shall be moved across the concrete with a saw-like motion while their ends rest on headers or templates set true to the roadway grade or on the adjacent finished slab. 8. The surface of the concrete shall be screeded a sufficient number of times and at such intervals to produce a uniform surface,true to grade and free of voids. 9. If necessary, the screeded surface shall be worked to a smooth finish with a long handled wood or metal float, or hand floated from bridges over the slabs. 10. When required by the Engineer,the Contractor shall perform sufficient checks with a long handled 10 foot straightedge on the plastic concrete to insure that the final surface will be within the tolerances specified below. The check shall be made with the straightedge parallel to the centerline. Each pass thereof shall lap half of the • preceding pass. All high spots shall be removed and all depressions over 1/16 inch in depth shall be filled with fresh concrete and floated. The checking and floating shall be continued until the surface is true to grade and free of depressions, high spots, voids or rough spots. 11. Rail support holes shall be filled with concrete and finished to match the top of the slab. 12. Unless otherwise shown on the plans, when no additional wearing course is to be placed, the bridge deck surface shall be given a grooved steel tine finish. The grooves shall be approximately 1/8 to 3/16 inch deep, approximately 1/8 inch wide. The tines shall be randomly spaced approximately 3/4 to one (1) inch apart. The grooves shall run perpendicular to the structure center line when a transverse screed is used and parallel to the structure centerline when a longitudinal screed is used. Areas which receive insufficient texture depth shall receive additional texturing, when directed by the Engineer, by saw grooving in accordance with the procedure given below. 13. At the option of the Contractor, or when shown on the plans, the surface shall be given its final texture by saw grooving to meet the above requirements. Saw grooving may be done a minimum of four (4) days after the slab concrete has been placed. If saw grooving is done prior to the completion of curing, the curing shall be continued after sawing to provide the minimum curing time required. 14. When shown on the plans that a concrete overlay is to be placed on the slab (new construction) or on prestressed concrete box beams or other precast elements, the slab or the top surface of shear key and diafram concrete shall be given a broom • finish. The finish shall have an average texture depth of approximately 0.035 inches B2001 - 19/27 01/17/2011 with any individual test, not falling below 0.020 inches unless otherwise shown on 1111 the plans, when tested in accordance with Test Method Tex-436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. 15. When the plans require that an asphaltic seal, with or without overlay, on the slab (new construction), on prestressed concrete box beams or other precast elements,the slab or top surface of shear key and diafram concrete shall be given a lightly textured broom finish having an average texture depth of approximately 0.025 inches when tested in accordance with TXDOT Test Method Tex-436-A. 16. Straightedge requirements will be required on slabs (new construction) to be overlaid. 17. After the concrete slab has attained final set, the Engineer may require that the finished surface be tested with a standard 10-foot straightedge. The straightedge shall be used parallel to the centerline of the structure to bridge any depressions and tough high spots. Ordinates of the irregularities, measured from the face of the straightedge to the surface of the slab, should normally not exceed 1/8 of an inch, making proper allowances for camber, vertical curve and surface texture; however, occasional variations exceeding this will be acceptable if, in the opinion of the Engineer,the variations will not produce unacceptable riding qualities. 18. When directed by the Engineer, irregularities exceeding the above shall be corrected. Areas which are corrected to produce satisfactory riding qualities shall be provided with an acceptable surface texture in a manner approved by the Engineer. R. Curing Concrete. 111 1. The Contractor shall inform the Engineer of the methods proposed for curing; shall provide the proper equipment and material in adequate amounts; and shall have the proposed methods,equipment and material approved prior to placing concrete. 2. Unless otherwise noted herein or shown on the plans, the choice of curing methods shall be at the option of the Contractor, except that the Engineer may require the same curing methods for like portions of a single structure. 3. Inadequate curing and/or facilities shall be cause for the Engineer to delay all concrete placement on the job until remedial action is taken. 4. All concrete shall be cured for a period of four (4) curing days except as noted herein. • B2001 -20/27 01/17/2011 TABLE 2 EXCEPTIONS TO 4-DAY CURING Upper surfaces of bridge slabs, top slab of direct traffic culverts, I or III 8 and concrete overlays II or I/III* 10 All types with fly ash 10 Concrete Piling Build-ups All 6 *Meets the requirements of both Type I and Type II.. 5. When the air temperature is expected to drop below 40° F, the concrete shall be covered with polyethylene sheeting, burlap-polyethylene blankets, mats or other acceptable materials to provide the protection required by Article 3.02.J. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50° F for at least 10 hours, or on colder days if satisfactory provisions are made to maintain the temperature of all surfaces of the concrete above 40°F for the entire 24 hours. The required curing period shall begin • when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the requirements of Table 3 and the following additional requirements for each method of curing: a. Form Curing: When forms are left in contact with the concrete, other curing methods will not be required except for exposed surfaces and for cold weather protection. b. Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in TXDOT Item 421, "Portland Cement Concrete". Sea water will not be permitted. Water which stains or leaves an unsightly residue shall not be used. 1) Wet Mat Curing. This curing method shall consist of keeping the concrete continuously wet by maintaining wet cotton mats in direct contact with the concrete for the required curing time. Damp burlap blankets made from nine (9) ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of cotton mats. The cotton mats may then be placed dry and wetted down immediately after they are placed. The mats shall be weighted down adequately to provide continuous contact with all concrete where possible. 411 B2001 -21/27 01/17/2011 Surfaces which cannot be cured by direct contact shall be covered with • mats forming an enclosure well anchored to the forms or ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. Wet mat curing will be required for Part A in Table 3 when the anticipated ambient temperature is expected to remain above 40 F for the first 72 hours of the curing period. Polyethylene sheeting, burlap-polyethylene blankets, laminated mats or insulating curing mats placed in direct contact with the slab will be required when the air temperature is expected to drop below 40 F during the first 72 hours of the curing period. These curing materials shall be weighted down with dry mats to maintain direct contact with the concrete and to provide insulation against cold weather. Supplemental heating or insulation may be required in cold and/or wet weather if the insulating cotton mats become wet or if the concrete drops below the specified curing temperature. 2) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. 3) Ponding. This curing method requires the covering of the surfaces with a minimum of two(2)inches of clean granular material, kept wet at all times, or a minimum of one (1) inch depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. c. Membrane Curing. Unless otherwise provided herein or shown on the plans, • either Type 1-D or Type 2 membrane curing compound may be used where membrane curing is permitted except that Type 1-D (Resin Base Only) will be required for bridge slabs and top slabs of direct traffic culverts and all other surfaces which may require a higher grade of surface fmish. • B2001 -22/27 01/17/2011 11111 TABLE 3 CURING REQUIREMENTS Error! Bookmark not defined. REQUIRED PERMITTED Error! Bookmark not defined. Water for Membrane Water for Membrane for STRUCTURE UNIT Complete for Interim Complete Complete DESCRIPTION Curing Curing Curing Curing A. Upper surfaces of Bridge X X Roadway,Median and Sidewalk (Resin slabs,Top Slabs of Direct Traffic Base) Culverts. B. Top Surface of any Concrete X Unit upon which Concrete is to be placed and bonded at a later interval(Stub Walls,Risers,etc.). Other Super structure Concrete (Curbs Wingwalls,Parapet Walls, etc.). C. All Substance Concrete, *X *X Culverts,Box Sewers,Inlets, Manholes,Retaining Walls, Riprap, Railing Error! Bookmark not 1s specified in other items. defined.All other concrete *Polyethylene Sheeting,Burlap-Polyethylene Mats or Laminated Mats in close intimate contact with the concrete surfaces will be considered equivalent to water or membrane curing. For substructure concrete only one (1) type of curing compound will be permitted on any one (1) structure. Material requirements and construction methods shall be as required by TXDOT Item 526, "Membrane Curing",except as changed herein. Membrane curing shall not be applied to dry surfaces, but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or shown on the plans, the choice of membrane type shall be at the option of the Contractor. 1111 B2001 -23/27 01/17/2011 S. Removal of Forms and Falsework. III 1. Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged not less than 12 hours, provided the removal can be done without damage to the concrete. 2. Forms for inside curb faces be removed at such time the removal can be done without damage to the curb. 3. Weight supporting forms and falsework for all bridge components and culvert slabs, except as noted herein, shall remain in place a minimum of four(4)curing days. The forms then may be removed if the concrete has attained a flexural strength of 425 psi, as evidenced by strength tests using test beams made from the same concrete and cured under the same conditions as the portion of the structure involved. Forms for other structural components may be removed as specified by the Engineer. 4. Inside forms (walls and top slabs) for box culverts and sewers may be removed after concrete has aged not less than one (1) day (24 hrs.) and has acquired a flexural strength of not less than 225 psi, provided an overhead support system, approved by the Engineer, is used to transfer the weight of the top slab to the walls of the box culvert or sewer before the support provided by the forms is removed. 5. When all test beams made for the purpose of form removal have been broken without attaining the required strength, forms shall remain in place for a total of 14 curing days. 6. The above provisions relative to form removal shall apply only to forms or parts thereof which are constructed to permit removal without disturbing forms or falsework required to be left in place for a longer period on other portions of the IIIstructure. 7. All forms and falsework shall be removed unless otherwise approved by the Engineer. T. Defective Work. Any defective work shall be repaired as soon as possible. Any defect which in the opinion of the Engineer cannot be repaired satisfactorily to the extent required by the Engineer shall be removed and replaced at the expense of the Contractor. U. Finishing Exposed Surfaces. A Surface Finish shall be applied to all concrete surfaces and shall be in accordance with TXDOT Item 427, "Surface Finishes for Concrete". 3.03 MEASUREMENT A. The quantities of concrete of the various classifications which will constitute the completed and accepted structure or structures in place will be measured by the cubic yard, each, square foot, square yard, or linear foot as shown on the plans or as each is shown in the bid proposal. Measurement will be as follows: 1. General. a. All concrete quantities will be based on the dimensions shown on the plans or those established in writing by the Engineer. Diafram concrete, when required, will be included in the slab measurement. b. In determining quantities, no deductions will be made for chamfers less than two (2) inches, embedded portions of structural steel or prestressed concrete III beams, piling, anchor bolts, reinforcing steel, drains, weep holes, junction B2001 - 24/27 01/17/2011 boxes, electrical or telephone conduit, conduit and/or voids for prestressed • tendons or for embedded portions of light fixtures. c. For pan girder spans, a quantity will be included for the screed setting required to provide proper camber in the roadway surface after form removal. d. For slabs on steel and prestressed beams, a quantity for the haunch between the slab and beams will be included when required. No measurement will be made during construction for variation in the amount of haunch concrete due to deviation from design camber in the beams. e. For slabs on panels, T-beams, or box beams, the combination of span length, theoretical camber in beams, computed deflections, and planvertical curve will be taken into account in determining the quantity for the slab. f. Additional concrete which may be required by an adjustment of the profile grade line during construction, to insure proper slab thickness, will not be measured for payment. g. Variation in concrete headwall quantity incurred when an alternate bid for pipe is permitted will not be measured for payment. h. Quantities revised by a change in design, measured as specified herein, will be increased or decreased,as the case may be, and included for payment. 2. Plan Quantity. a. For structure elements designated in Table 4, and when measured by the cubic yard, this is a plans quantity measurement Item and the quantity to be paid for will be that quantity shown in the proposal. If no adjustment of quantities is required,additional measurements or calculations will not be required. • b. When the quantity for a complete structure element has been erroneously included or omitted from the plans, the quantity shown on the plans for that element will be added to or deducted from the plan quantity and included for payment. A complete structure element will be the smallest portion of a total structure for which a quantity is included on the plans. c. When the plan quantity for a complete structure element is in error by five (5) percent or more, a recalculation will be made and the corrected quantity included for payment. 3. Measured in Place. a. For those Items not measured for plan quantity payment, measurement will be made in place. • B2001 - 25/27 01/17/2011 TABLE 4 • PLAN QUANTITY PAYMENT (Cubic Yard Measurement Only) Culverts and Wingwalls Slabs on Steel Spans Headwalls for pipe Slabs on Prestressed Spans Retaining Walls Pan Girder Spans Inlets and Manholes Pile Bent Caps Slab Spans Shear Key Concrete Slab and Girder Spans Abutments Note: Other structure elements may be paid for as "plan quantity", including pier and bent concrete,when shown on the plans. For those portions of structures not listed in Table 4, the concrete quantities, measured as provided in Subarticle 3.03.A.(1) will be paid for at the unit price bid per "Cubic Yard", per "Each", per "Square Foot", per "Square Yard", or per "Linear Foot", in place, for the various • classifications of concrete shown. 3.04 PAYMENT A. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for the various structure elements specified of the various classes of concrete. This price shall be full compensation for furnishing, hauling and mixing all concrete materials; for furnishing, bending, fabrication, splicing, welding and placing the required reinforcement; for all clips, blocks, metal spacers, ties, wire or other materials used for fastening reinforcement in place; for placing, finishing and curing all concrete; for all grouting and pointing; for furnishing and placing drains; for furnishing and placing metal flashing strips; for furnishing and placing expansion joint material required by this Item; and for all forms and falsework, labor,tools, equipment and incidentals necessary to complete the work. B. Concrete which fails to meet minimum strength requirements may be rejected or a structural review may be made by the Engineer. Such concrete which is proven structurally adequate may be accepted at an adjusted price based on the following formula: A = .10Bp+ .75(Sa/Ss)2 Bp 1111 B2001 - 26/27 01/17/2011 A = Amount to be paid per unit of measure ID Sa = Actual strength from beams or cores. Ss = Minimum required strength(specified) Bp = Unit bid price III • B2001 - 27/27 10/13/2005 • ITEM NO. B3001 - REINFORCING STEEL PART 1 - GENERAL 1.01 DESCRIPTION A. Extent of Work 1. This Item governs for furnishing and placing of reinforcing steel, deformed and smooth. 2. Furnish chairs, ties, splicing devices, and other reinforcing accessories required to complete the work. 1.02 QUALITY ASSURANCE A. General: Conform to approved shop drawings and to ACI Manual of Practice for Detailing Reinforced Concrete Structures. B. Submittals 1. Submit shop drawings indicating location, placement, sizes, and bending. 2. When welding is required, furnish report of chemical analysis, showing percentages of carbon, manganese, phosphorus, and sulfur. • C. Tests: Submit certified copy of mill certificates of compliance with requirements herein specified. 1.03 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Delivery: Deliver to job site free from dirt, loose scale and rust, paint, oil, or other foreign material. B. Storage: Store above surface of ground upon platforms, skids or other supports, and protect from mechanical injury and surface deterioration caused by exposure to conditions producing rust. C. Handling: Handle so as not to sustain crimping, bending, or warping before and during placement. • B3001 - 1/4 08/03/2004 • PART 2 -PRODUCTS 2.01 MATERIALS A. Reinforcing Steel 1. Deformed, conforming to ASTM A615, Grade 60. 2. Welded wire fabric conforming to ASTM A185. 3. Cold drawn steel wire conforming to ASTM A82. 4. Spiral reinforcement to be smooth (not deformed) bars or wire complying with ASTM A82. 5. Submit information on mechanical splicing devices, couplers, and all other reinforcing accessories. B. General Requirements 1. Nominal size, area, and theoretical weight in accordance with Table 1, ASTM A615 supplementary requirement. 2. Bending a. Bend in shop, cold, true to shapes indicated on PLANS. b. Irregularities in bending are cause for rejection. c. Detail bars in accordance with ACI 315. d. Inside diameter of bar bends, in terms of nominal bar diameter (d)of bar which is bent, in accordance with ACI 315. 3. Fabrication tolerances in accordance with ACI 315. 4. Splices • a. Except where shown, not permitted without prior written approval. b. Not permitted in main reinforcement at points of maximum stress. c. When not indicated on PLANS, but permitted with prior written approval, subject to the following: 1. Not larger than#8 bars. 2. Not permitted in bars 30 feet or less in length, except vertical. 3. Distance center-to-center not less than 30 feet, and no individual bar length less than 10 feet. 4. Maintain specified concrete cover and tie bars together securely. 5. Stagger main bar splices in adjacent bars minimum of two splice lengths. d. Lap Splices 1. See General Notes in PLANS for standard bar lap lengths. 2. Lap bars so that both bars will be in the same plane parallel with the nearest concrete surface. e. Welding Splices 1. Procedures and electrodes as specified in AWS D12.1. i B3001 - 2/4 08/03/2004 • 2. For bars No. 6 and smaller, use lap weld splices with fillet weld equal to one-half bar diameter on each side for four inches in length. 3. For bars No. 7 and larger, use butt weld splices in accordance with Figure 3.5, AWS D12.1 4. Prepare ends for butt-welding in the field, and deliver bars of sufficient length to permit this practice. f. All splices, whether lap, weld, mechanical, or coupler, to develop full strength of bar. PART 3 - EXECUTION 3.01 INSTALLATION A. Place reinforcing steel in positions indicated by PLANS and approved shop drawings. 1. Dimensions shown are to centers of bars, unless otherwise noted. 2. Hold bars securely in place with tie wires and other approved means during placing of concrete. a. In plans of steel parallel to nearest surface of concrete, bars not to vary from PLAN placement by more than one-twelfth of spacing between bars. • b. In plans of steel perpendicular to nearest surface of concrete, bars not to vary from PLAN placement by more than one-quarter inch. 3. Do not use looped wire bar ties ("pig tails"). 4. Do not tack weld reinforcing. 5. Space steel required distance from forms by approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved precast mortar or concrete blocks. a. For approval of plastic spacers, provide samples of plastic, which show no indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. b. Cast precast block, maximum 2-1/2 inches square, to thickness required for proper reinforcement clearance from forms. 6. Use hot-dipped galvanized metal or plastic chairs to support all reinforcing steel. Except for use with pavement steel, chairs need not be galvanized. 7. Use heavy bolster to support bottom layer of reinforcing in abutment caps, bent caps, and other beams. 8. In bridge deck slab, use two rows of supports for bottom layer of reinforcing parallel to beams for each by between beams. Use high chairs to support top layer. 9. Clean all mortar, mud, dirt, etc. from reinforcement before placing concrete. • B3001 - 3/4 08/03/2004 • 10. Protect exposed steel from corrosion. 11. Placement of steel to be inspected before concrete is placed. 3.02 MEASUREMENT AND PAYMENT A. No separate measurement and payment for work performed under this Item, except as indicated below. Include cost of same in Contract unit prices bid for items of which this work is a component part. B. Measure "Extra Reinforcing Steel," when approved by Engineer, by pound of calculated weight of steel actually placed. Pay for "Extra Reinforcing Steel" at Contract unit prices bid per pound of"Extra Reinforcing Steel" used. • • B3001 - 4/4 08/03/2004 IP ITEM NO. C3001 -PAINTING AND PROTECTIVE COATING PART 1 -GENERAL 1.01 DESCRIPTION A. Scope: Furnish and apply, as specified herein, paint and protective coatings to all surfaces, except steel water storage tanks,unless specifically excluded by this Item. B. Surfaces receiving paint include: 1. Equipment, machinery,and metal surfaces. 2. Interior surfaces,as noted in room finish schedule. 3. Concrete surfaces, including concrete blocks(when noted on PLANS). 4. Threads on field-threaded galvanized pipe and conduit. 5. All cabinet and woodwork. 6. Interior concrete surfaces of lift station wet wells. C. Do not paint surfaces of stainless steel, aluminum, bronze, copper,and lead D. Galvanized Steel Surfaces: Paint only when required by Special Provision to this Ill Item. 1.02 QUALITY ASSURANCE A. Manufacturer: All paints, sealers, and coatings to be manufactured by those firms listed in Table 2. Products of equal quality by other manufacturers will be considered, subject to review of written submittal that includes product data and a detailed paint and coating schedule. B. Workmanship 1. Employ only workmen skilled in surface preparation and painting. 2. Provide manufacturer's written instructions on cleaning and coating prior to any surface preparation or coating. C. Whenever possible,all coatings should be from single manufacturer. 1.03 SUBMITTALS A. Painting Schedule: Submit list indicating major items to be painted, preparation, paint manufacturer, product designation, and dry mil thickness . B. Panels 1. Submit panels containing samples of proposed paints and coatings. Include Ill C3001 - 1/7 08/03/2004 III three displays of each kind and color of paint used. Panel to be representative of material to be coated. 2. Mark panels to indicate respective types of surfaces to which several kinds and colors of paint stain, and coating are applied. C. Samples: If requested by Owner, submit 1/4 pint of each kind of paint or stain proposed for use. Do not deliver materials to site until representative samples (if requested)have been approved. D. For all sealers and protective coatings, furnish Engineer with two sets of printed instructions and application sheets. 1.04 PRODUCT DELIVERY, STORAGE,AND HANDLING Deliver to site in original sealed containers with manufacturer's label attached. Protect from sunlight and low temperatures. PART 2 -PRODUCTS 2.01 GENERAL A. Tables 1 and 2 in this Item include the paint, protective coatings, and sealers for this • project. Furnish all such special materials required for the manufacturer's coating systems whether or not included in Tables. B. Colors: Owner reserves the right to select colors. Submit list of items to be painted and color charts for each type of surface. C. Safety Color Codes: Follow OSHA requirements of 29CFR, Part 1910.144 for "Safety Color Codes for Marking Physical Hazards." The following general requirements are set forth as a guide. 1. Red: Fire protection equipment, danger signs, and fire exit signs. Portable containers of flammable material to be red with yellow band or name of contents stenciled in yellow. 2. Orange: Moving or rotating parts of equipment protected by guards, including shafts and couplings, pulleys, and sprockets. (Do not paint wearing surfaces.) 3. Yellow: Caution signs and all physical hazards, including outside levers and weights on check valves, lower pulley blocks and hooks, sprockets and chains on valve operators, inside of openings adjacent to step or ladders, platforms provided for vertical ladders at transition levels, exposed unguarded edges of pits, platforms, and walls subject to being struck, and any piping or equipment extending into normal operating areas. 4. Green: To designate "Safety" and location of first-aid equipment such as gas masks, first-aid kits, and safety deluge showers. III C3001 - 2/7 08/03/2004 • 5. Black and White: To indicate areas that must remain clear, such as areas around first-aid, fire fighting and other emergency equipment. PART 3 -EXECUTION 3.01 SURFACE PREPARATION A. Concrete Surfaces 1. Prior to painting, surfaces to be free of all latent matter, burrs, and fins, using one or more of the following methods. a. Wash concrete surfaces with 10 percent solution of muriatic acid, then wash clean and free of scale, mortar, dust, moisture, and other foreign matter. b. Sandblasting may be used only if machinery or other equipment in vicinity of work is adequately protected. Also, avoid settling of dust or grit on freshly painted surfaces. c. Remove oil and grease with detergent and thoroughly rinse with fresh water. 2. If curing compound is used, it must be removed prior to coating. B. Metal Surfaces • 1. Clean metal surfaces by sandblasting in shop as required by Table 1, and leave clean, dry, and ready to receive prime coat. Provide moisture separators to effectively remove all oil and free moisture from air supply. Remove all dust and sand from surfaces by brushing or blowing with clean, dry air, and remove all sand and grit around and between joints of connecting members. 2. Perform field sandblasting only if required to correct unsatisfactorily cleaned and shop-primed metal and when approved by Engineer. 3. Removal of Oil and Grease: Remove oil and grease with a solvent approved by coating manufacturer, or by steam combined with detergent. Use of gasoline,kerosene,naphtha,or carbon tetrachloride not permitted. 4. Brushing, Scraping,Grinding,and Chipping: In field work, if sandblasting is not possible, scrapers, wire brushes, and other suitable grinding or chipping tools may be used for removal of existing paint coatings prior to repainting, or for cleaning,before applying second coats. 5. Surfaces which have been cleaned but which have started to show signs of rust or dirt are to be cleaned again prior to coating at no additional expense to Owner. Surface to be coated on same day as cleaned. • 3.02 APPLICATION OF PAINT AND PROTECTIVE COATINGS A. General: Use one convenient location for storing and mixing of materials, and keep fire extinguisher available in this area as long as location is used for such purpose. • C3001 - 3/7 08/03/2004 • Protect floors, and all other areas where work is done, with suitable drop cloths, and remove oily rags and waste from building at close of each day's work. On completion of operations, remove all spots, oil, and stain from all surfaces and leave entire project in clean condition as far as this work is concerned. Remove from premises all containers and debris resulting from this work. B. Thinners and Solvents: Use only those thinners and solvents specified in paint formulas of paint being used, and mix in proportions recommended by paint manufacturer. C. Coverage: As recommended by paint manufacturer, and sufficient to obtain minimum mil thickness specified. Do not exceed maximum thickness specified by manufacturer, if applicable. After final coat is applied, check with elecometer or Mikotest dry film thickness gauge. D. Drying Time: Between successive coats, allow drying time as specified by paint manufacturer. E. Brush Application 1. Brushes: Use first-quality hog hair or suitable synthetic bristle brushes. Use of horse hair bristle brushes not permitted. Keep brushes clean and free from accumulation of dried paint or dirt, and when brushes for oil or varnish base paints are not in use, keep them suspended in raw linseed oil bath. Clean brushes with turpentine or mineral spirits before reuse. 2. Application: Apply in uniform thickness consistent with specified coverage and with sufficient cross-brushing to ensure filling of surface irregularities. Exercise particular care in painting around bolt heads and nuts and in corners and other restricted spaces. F. Spray Application: Apply with adjustable air gun equipped with suitable water trap to remove moisture from compressed air, and with paint pot having hand agitator. Apply with width of spray not less than 12 inches or more than 18 inches, and with suitable pressure for particular type of paint being used. Make frequent checks to ensure correct spreading rate and coating, and apply without sags, runs, or "orange peel" effect. Correct all such imperfections. Take special care to cover edges, corners,and bolt heads, without bridging over of paint film. G. Metal Surfaces 1. Shop-prime metal surfaces prior to delivery to jobsite. 2. After delivery and prior to installation, keep all coated metal surfaces clean and free from corrosion. Clean and touch up or repaint damaged areas with additional primer. 3. After erection or installation of metal work, clean and touch up all rust spots, all places where primer has been rubbed or scraped off, and all bolts and nuts. After previously applied paint has hardened, and when surfaces to • C3001 - 4/7 08/03/2004 • receive succeeding coats of paint have been cleaned and dried, apply fmish paint in accordance with Tables 1 and 2. Allow 5 days or more as recommended by coating manufacturer for hardening of final coat for submerged surfaces. 4. Factory-Finished Equipment: After installation of factory-finished machinery and electrical equipment, check base coats carefully and touch up all damaged surface areas. Do not paint nameplates, serial number bases, chrome, or bronze trim. Clean off any excess paint that impairs convenient removal of covers on gauges, instrumentation, or other equipment fitted with doors or covers. 5. Factory-Primed Equipment: Delay final field coating to manufacturer's primed equipment until equipment has been installed and is in proper working order in accordance with the applicable Item. H. Provide protection for adjacent property or properties from windblown sandblasting sand, paint, and other debris. Schedule field operations to avoid settling of dust or grit on freshly painted surfaces, and adequately protect machinery or other equipment in vicinity of sandblasting work. Provide Engineer with necessary equipment for access to observe all areas before first coat and after each coat. J. Provide Engineer with proper safety equipment for observation. • K. Provide adequate ventilation for proper curing. 3.03 SPECIAL REQUIREMENTS A. Cast iron or ductile iron piping and valves for interior and exterior installation with a factory-applied bitumastic or asphaltum varnish coating to be solvent and power brush cleaned (remove all globules of bituminous material) and coated with compatible material prior to finish system. If finish system not applied within 24 hours, surfaces to be retreated. Sandblasting is not required. B. Provide electrical flaw detection equipment such as a Tinker Rasor Holiday Detector to test areas of coatings to be submerged. Test to be performed before equipment is put into operation. 3.04 MEASUREMENT AND PAYMENT No separate payment for work performed under this Item. Include cost of same in Contract price bid for work of which this is a component part. • C3001 - 5/7 08/03/2004 • TABLE NO.1 SYSTEM SCHEDULE Table No.2--Material Reference Type of 1st 2nd 3rd Minimum Total Surface Exposure Cleaning Primer Coat Coat Coat Mil Thickness Exterior Manufacturers 1 -- -- N/A Clay or Brick Saec. Masonary Exterior Manufacturers 2 4 4 3.0--Concrete Block Saec. (Finish Coat) Buildings Concrete 3.0 Block Interior Para 3.01 A. -- 3 4 4 (Finish Coat) Walls Interior Para 3.01 A. -- 3 4 4 3.0 Concrete Walls (Finish Coat) and Ceilings Exterior Manufacturers Wood & Spec. 10 11 11 -- 4.5 Interior Metal Doors, Exterior Frames and & NACE-#4 18 9 -- -- 4.0 Windows Interior Structural and Misc.Steel, Exterior NACE-#2 16 18 9 -- 7.0 Control Panels Structural and Misc.Steel, Interior NACE-#3 16 17 -- -- 5.5 Control Panels Piping and Interior NACE-#3 16 17 — 5.5 Valves Exterior NACE-#2 16 18 9 7.0 • Factory Finished Exterior Hand Machinery, & Clean 5* 8" 8** — 4.5 Electrical and Interior Motors*** Galvanized Interior Solvent 15 17 -- -- 2.9 Steel Cleaning Galvanized Steel and Solvent Galvanized Exterior Cleaning 15 18 9 -' 4.4 Pipe Conduit Threads Wastewater Treatment Plant Equip. Submerged NACE-#2 7 13 13 — 22 Piping**** Steel Sheet Submerged NACE-#2 7 13 13 -- 22 Piling Potable Water Treatment Plant Submerged NACE-#2 7 12 -- -- 8.0 Equipment, Piping* Valves and Bolting on C.I. Buried -- 14 14 -- 32 Pipe Wastewater Interior Para.3.01 A. 6 13 13 -- 22 Wet-Well Surfaces * Optional:Use manufacturer's standard primer if compatible with specified finish coats. ** Optional:Use manufacturer's standard finish coat. *** Use coating system per equipment item specified. **** Coating must have AWWA approval. Note: NACE -Reference to National Association of Corrosion Engineers. • C3001 - 6/7 08/03/2004 • TABLE No.2 Paint, Sealer and Coating Schedule Min. Dry Mils Per Symbol Coat* Service Generic Type Brand and Manufacturer 1 NA Primary Sealer Chemical Penetrant 46-V-6 Silikote Water Repellent-Mobil 2 NA Weatherproof Primary Acrylic Emulsion 600 Emulsion—Koppers Concrete&Marsonary Sealer Filler 79-W-1 Exterior Latex Primer-Valspar Amercoat 5625-Ameron Cook Corocryl 827 Series 3 NA Primary Sealer Vinyl-Acrylic Emulsion 600 EMulsion—Koppers Concrete&Marsonary with epoxy esters Filler 79-W-8 Block Filler—Valspar Amercoat 5625- Ameron Cook Corocryl 304 Block Filler 4 1.5 Finish Coat Acrylic Emulsion Koppers-600-Koppers 79 Series Exterior Latex- Valspar Americoat 5801-Ameron Cook Corocryl 827 Series 5 1.5 Metal Primer Alkyd,Zinc Chromate Penetrating Primer No.622—Koppers 13-R-50 Chromox Primer-Valspar Amercoat 5105 Ameron Cook Co-Poly Primer 920-Y-134 Inorganic Coatings,Inc.P21 Epoxy 6 2.0 Metal Primer Polyamide-Cured Expoy 654-Epoxy Primer-Koppers 13-R-56 Epoxy Primer Resin Valspar Amercoat 71-Ameron Cook Co-Poly Primer 920-Y-134 Inorganic Coatings,Inc.P21 Epoxy 7 2.0-4.0 Metal Primer Polyamide-Cured Expoy Epoxy Coating Hi-Gard-Koppers 78-Series High (as recommended) Resin Build Epoxy with 50%Valspar 7-T-35 Valspar Amercoat 395(off White)-Ameron Cook Epicon MW 920-W-965 Inorganic Coatings,Inc.P21 Epoxy 8 1.5 Finish Coat Alkyd,Straight Long-Oil Rustarmor 500 Enamel—Koppers 12 Series • Panorama Coatings-Valspar Amercoat 5401 Ameron Cook 801 Enamel 9 2.0 Finish Coat Aliphatic Urethane Inorganic Coating,Inc.P35 Urethane Dupont Imron 326 Devoe-Napko 369 Pruthane 10 1.5 Wood Primer Oil Base Thin Rustarmor 500 with 15%Koppers 400-- Koppers 17-W-4 Exterior First Coater-Valspar Cook 307 11 1.5 Finish Coat Alkyd,Straight Long-Oil Rustamor 500 Enamel--Koppers 20 Series M.F. Enamel-Vaspar Cook 801 Enamel Amercoat 5401 -Ameron 12 4.0&6.0 Submerged Steel or Polyamide-Cured Epoxy Epoxy Coating Hi-Gard Koppers 78-Series High (as recommended) Iron,and Concrete Resin Build Epoxy-Valspar Amercoat 395(White) Ameron Cook Epicon MW 930-W-965 Inorganic Coatings,Inc.P29 Coal Tar Epoxy 13 10.0 Submerged Steel or Coal-tar Epoxy Two 300-M—Koppers Co.578-J-1 High Build Coal Tar Iron Componet Epoxy-Valspar Amercoat 330 Ameron Cook Coal Tar Epoxy 920-B-950 InOrganic Coatings,Inc. P29 Coal Tar Epoxy 14 16.0 Buried Steel or Iron Tar-base Pitch Bitumastiv No.50—Koppers 35-J-10 High Build Bituminous Coating Valspar 15 0.4 Galvanized metal Vinyl Wash Primer 40 Passivator--Koppers 13-Y-8 Val-Chem Vinyl primer Wash Primer-Valspar Amercoat 178 Inorganic Coatings,Inc.B11 Wash Primer Cook 900-Y-002 Vinyl Wash Primer 16 3.0 Steel Above Ground& High Ratio Silicate Inorganic Coatings,Inc.IC531 Dupont 347 WB AboveWayerline Inorganic Zinc Inorganic Zinc Devoe-Napko Zinc Prime 9z 17 2.5 Steel Interior Ployamide Cured Epoxy Inorganic Coatings Inc.P24 Epoxy Cupont Corlar Resin 823 Devoe-Napko 545 Epoxy 18 2.0 Intermediate Finish Epoxy Primer Inorganic Coatings,Inc.P21 Epoxy Dupont Corlar 823 Devoe-Napko Chemfast 545 Buff * Or Manufacturer's standard,whichever is greater. Do not exceed manufacturer's maximum standard,if applicable. • ** For potable water use. C3001 - 7/7 08/03/2004 1110 ITEM NO.C3007— SEALANTS PART 1 - GENERAL 1.01 DESCRIPTION A. Section includes: Provide elastomeric joint sealants, joint backer materials and accessories needed to ensure a complete and durable weather tight seal at all locations indicated on plans. 1.02 SUBMITTALS A. Product Data: 1. Materials list of items proposed to be provided under this Section; 2. Manufacturer's specifications and other data needed to prove compliance with the specified requirements; 3. Shop Drawings or catalog illustrations in sufficient detail to show installation and interface of the work of this Section with the work of adjacent trades; 4. Manufacturer's current recommended installation procedures which, when reviewed by Engineer, will become the basis for accepting or rejecting actual installation procedures used on the work. III 5. Certification from sealant manufacturers that their products are suitable for the use indicated and comply with specification requirements. B. Samples of sealant for color selection and approval. 1.03 MANUFACTURERS Approved Product Manufacturers as listed but not limited to: Dow Corning Corporation, Pecora Corporation, Sika Corporation, Tremco Incorporated, or Sonneborne. PART 2—PRODUCTS 2.01 MATERIALS A. Accessories 1. Backer Rod: Minimum '/8-inch diameter greater than joint width for joints less than 3/4-inch wide. Use 1-inch diameter rod for joints 3/4-inch wide. Use Sonofoam as manufactured by Sonneborn Contech, Ethafoam SB as manufactured by Dow Chemical U.S.A., or equal. III C3007— 1/6 08/03/2004 • B. Elastomeric Sealants 1. Sealant Type A: a. For exterior joints in vertical surfaces and non-traffic horizontal surfaces such as, but not limited to: 1) Control and expansion joints in cast-in-place concrete. 2) Joints between architectural precast concrete units. 3) Control and expansion joints in unit masonry. 4) Butt joints between metal panel. 5) Joints between marble or granite. 6) Joints between different materials listed above. 7) Perimeter joints between material listed above and frames of doors, windows, storefronts, louvers and similar openings. 8) Control and expansion joints in ceiling and overhead surfaces. b. Provide single-component or multi-component, low-modulus, non-sag sealant; comply with ASTM C920, Type S or M, Grade NS, Class 25. 2. Sealant Type B: a. For interior joints in vertical surfaces and non-traffic horizontal surfaces such as, but not limited to: 1) Control and expansion joints on exposed interior surfaces of exterior walls. 2) Perimeter joints on exposed interior surfaces of exterior openings. • 3) Joints on precast beams and planks. 4) Perimeter joints between interior wall surfaces and frames of interior doors, window, storefronts, louvers, elevator entrances and similar openings. 5) Trim or finish joints subject to movement. b. Provide single-component or multi-component, low-modulus, non-sag sealant. 3. Sealant Type C: a. For exterior and interior joints in horizontal and sloped traffic surfaces such as, but not limited to: 1) Control, expansion and isolation joints in cast-in-place concrete. 2) Control, Expansion and isolation joints in structural precast concrete units. 3) Joints between architectural precast concrete paving units. 4) Tile control and expansion joints. 5) Joints between different materials listed above. b. Provide single-component or multi-component, low-modulus, non-sag sealant. Comply with ASTM C920, Type S or M, Grade P or Ns, Class 25. 4. Sealant Type D: • C3007—2/6 08/03/2004 • a. For interior joints in vertical and horizontal surfaces requiring pick-resistant security sealant such as,but not limited to: 1) Control and expansion joints on exposed interior surfaces of exterior walls. 2) Perimeter joints on exposed interior surfaces of exterior openings. 3) Perimeter joints between concrete surfaces and frames of interior doors, windows and elevator entrances. 4) Trim or finish joints subject to minimal movement. b. Provide a single-component or multi-component, non-sag polyurethane sealant. 5. Sealant Type E: a. For exterior and interior joints in vertical and horizontal surfaces of potable water storage areas. b. Provide single-component or multi-component polyurethane sealant certified by National Sanitation Foundation as conforming to the requirements of NSF Standard 61-Drinking Water System Components-Health Effects; comply with ASTM C920, Type S or M, Grade P or NS, Class 25; select color from the NSF listing. 6. Sealant Type F: a. For interior joints in vertical and horizontal surfaces where incidental food • contact may occur. b. Provide single component or multi-component sealant complying United States Department of Agriculture (USDA) guidelines for incidental food contact with the cured sealant; comply with ASTM C920, Type S or M, Grade P or NS, Class 25; select color from listing of those approved. 7. Sealant Type G: a. For exterior joints in horizontal concrete surfaces such as airport runways, refueling aprons, highways and other areas subject to fuel spillage. b. Provide multi-component, self-leveling, jet-fuel resistant polyurethane sealant meeting Federal Specification SS-S-200E,Type H. 8. Sealant Type H: a. For exterior vertical joints in Exterior Insulation and Finish Systems. b. Provide a single-component or multi-component sealant; comply with ASTM C920, Type S or M, Grade NS, Class 25, comply with EIMA 300.01. 9. Sealant Type I: a. For interior or exterior joints in vertical surfaces between laps in fabrications of sheet metal. 10. Sealant Type J: a. For exterior vertical joints under metal thresholds and saddles or as bedding sealant for sheet metal flashing and frames of metal or wood. • C3007—3/6 08/03/2004 • PART 3 - EXECUTION 3.01 SURFACE CONDITIONS A. Coordinate as required with other trades to assure proper and adequate provision in the work of those trades for interface with the work of this Section. B. Applicator shall examine the areas and conditions under which work of this Section will be performed. 1. Verify conformance with manufacturer's requirements; 2. Report unsatisfactory conditions in writing to the Engineer; 3. Do not proceed until unsatisfactory conditions are corrected. 3.02 PREPARATION A. Prepare surfaces to receive sealants in accordance with sealant manufacturer's instructions and recommendations except where more stringent requirements are indicated. B. Thoroughly clean joint surfaces using cleaners approved by sealant manufacturer • whether primers are required or not. 1. Remove all traces of previous sealant and joint backer by mechanical methods, such as by cutting, grinding and wire brushing, in manner not damaging to surrounding surfaces. 2. Remove paints from join surfaces except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer. 3. Remove wax, oil, grease, dirt film residues, temporary protective coatings and other residues by wiping with cleaner recommended for that purposes. Use clean, white, lint-free cloths and change cloths frequently. 4. Remove dust by blowing clean with oil-free, compressed air. C. Provide joint backer material uniformly to depth required by sealant manufacturer for proper joint design using a blunt instrument. 1. Fit securely by compressing backer material 25 percent to 50 percent so no displacement occurs during tooling. 2. Avoid stretching or twisting joint backer. D. Provide bond-breaker where indicated or recommended by sealant manufacturer, adhering strictly to the manufacturer's installation requirements. E. Prime joint substrate where required. • C3007—4/6 08/03/2004 • 1. Use and apply primer according to sealant manufacturer's recommendations. 2. Confine primers to sealant bond surfaces; do not allow spillage or migration onto adjoining surfaces. F. Taping: 1. Use masking tape where required to prevent sealant or primer contract with adjoining surfaces that would be permanently stained or otherwise damaged by such contact or the cleaning methods required for removal. 2. Apply tape so as not to shift readily and remove tape immediately after tooling without disturbing joint seal. 3.03 INSTALLATION A. Provide the approved sealant system where shown on the Drawings, and in strict accord with the manufacturer's recommendations as approved by the Engineer. B. Install sealants immediately after joint preparation. C. Mix and apply multi-component sealants in accord with manufacturer's printed instruction. D. Install sealants to fill joints completely from the back, without voids or entrapped air, using proven techniques, proper nozzles and sufficient force that result in sealants III directly contacting and fully wetting joint surfaces. E. Install sealants to uniform cross-sectional shapes with depths relative to joint widths that allow optimum sealant movement capability as recommended by sealant manufacturer. F. Tool sealants in manner that forces sealant against back of joint, ensures firm, full contact at joint interfaces and leaves a finish that is smooth, uniform and free of ridges, wrinkles, sags, air pockets and embedded impurities. 1. Dry tooling is preferred; tooling liquids that are non-staining, non-damaging to adjacent surfaces and approved by sealant manufacturer may be used if necessary when care is taken to ensure that the liquid does not contact joint surfaces before the sealant. 2. Provide concave tooled joints unless otherwise indicated to provide flush tooling or recessed tooling. 3. Provide recessed tooled joints where the outer face of substrate is irregular. G. Remove sealant from adjacent surfaces in accord with sealant and substrate manufacturer's recommendations as work progresses. III C3007—5/6 08/03/2004 . H. Protect joint sealants from contact with contaminating substances and from damage. Cut out, remove and replace contaminated or damaged sealants, immediately, so that they are without contamination or damage at time of substantial completion. 3.02 MEASUREMENT AND PAYMENT No separate payment for work performed under this Item. Include cost of same in Contract price bid for items of which this work is a component part. III 11111 C3007—6/6 Std. 08/03/2004 ITEM NO. H1001 - DUCTILE IRON PIPE AND CAST IRON AND DUCTILE IRON III FITTINGS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Includes piping 3 inches and larger for buried and exposed systems. B. Work Specified Elsewhere 1. PLANS show pipe class, thickness class,type joints, and service pressure for flanged joints. 2. Coating: Item C3001 —"Painting and Protective Coating". 3. Other related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 QUALITY ASSURANCE A. Certification 1. Pipe used in domestic water distribution systems to have Underwriters' label and be acceptable to local and state authorities without penalty. 2. Furnish, when requester, affidavit of compliance in accordance with ANSI/AWWA C151/A21.51 for pipe 6 inches and larger; AWWA C1111 • AND Federal Specification WW-P-421D for single gasket, push-on type joint. 1.03 SUBMITTALS Submit the following in accordance with Contract Documents. A. Detailed dimensioned fabrication and installation drawings for piping, fittings, and specials. B. Affidavit of compliance as per QUALITY ASSURANCE. C. Sworn statement that inspection and all tests have been made and meet the requirements of AWWA C151. D. Certified test reports for flanged pipe in quadruplicate for shop testing required as per paragraph 2.01 D.2. 1.04 PRODCUT DELIVERY, STORAGE, AND HANDLING A. Use hoists, slings, skids, or other means to avoid damage. Piping not to be dumped. Any damaged, chipped, or cracked casting to be replaced at III Contractor's expense. H1001 - 1/3 B. Protect flange surface and threads at all times and keep interiors free of all foreign matter. III PART 2 - PRODUCTS 2.01 MATERIALS A. General: Fabrication dimensions and accuracy of fabrication are responsibility of Contractor. B. Pipe 1. Ductile Iron: Per ANSI/AWWA C151/A2151. 2. Thickness Class As shown on PLANS and minimum for flanged pipe per ANSI/AWWA C 150/A21.50. C. Fittings,Flanges, and Joint Material 1. Fittings: Per ANSI/AWWA C 110/A21.10. 2. Flanges: ANSUAWWA C115/A21.15. Use ductile flanges on ductile pipe and cast iron flanges on cast iron pipe. 3. Nonflanged Joint Material a. Rubber Gaskets for Water and Sewage Service: Per ANSI/AWWA C111/A21.11. b. Rubber Gaskets for Diffused Air Systems (10 psi and 190 deg. F Service): Use MIL-R-83248 fluoroelastomer such as Dupont's III Viton or 3M's Fluorel. D. Flanged Pipe 1. Shop thread, machine tight, and face in machine shop equipped for this type work and conforming to the requirements of ANSUAWWA C1115/A21.15. 2. Shop test, hydrostatically, each flanged pipe piece at 75 psig for pump suction pipe and at 150 psig for pump discharge piping. E. Gaskets 1. For water and sewage, use rubber gasket conforming to Appendix to ANSI/AWWA C111/A21.11. 2. For air service, use 1/16-inch full-face asbestos gaskets, factory cut. F. Bolts and Nuts. ASA B16.1; use studs with nuts on each end for pipe sizes 54- inch and larger. 1. Aboveground: Black Steel. 2. Underground: Cadmium plated. 2.02 COATING AND LINING A. Exterior Coating 1. Buried Pipe and Fitting: Bituminous coated, not less than 1 mil thick. 1111 Wrap pipe and fittings with polyethylene film 8 mils thick in accordance with ANSI/A W WA C105/A21.5. H1001 -2/3 2. Exposed Pipe and Fittings: Prime and paint as per Item C3001 "Painting and Protective Coating". III B. Interior Lining 1. Air Service: Bituminous coated, not less than 1 mil thick. 2. Water Service: Cement mortar lined per ANSI/AWWA C104/A21.4. 3. Sewage Service: a. Cement mortar lined in accordance with ANSI/AWWA C104/A21.4. b. Bituminous coated, not less than 1 mil thick, and conforming to all appropriate requirements for seal coat in A W WA C 104. c. Polyethylene lined with 40 mils thickness nominal (35 mils minimum). Lining to be a blend of High-Density and Low- Density polyethylene powders complying with ASTM D1248. C. Wrap underground ductile iron piping and all fittings with polyethylene film in accordance with ANSUAWWA C105/A21.5. 2.03 FLEXIBLE COUPLINGS Dresser: Long Sleeve unless shown otherwise, Style 38; equivalent by Smith-Blair or Baker. Harness when required for thrust restraint. 2.04 WALL PIPES Unless otherwise shown on PLANS, wall pipes to be cast or ductile iron with an ill intermediate wall collar. End connections to be shown on PLANS. PART 3 - EXECUTION 3.01 INSTALLATION As per applicable Item. 3.02 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract price bid for work of which this is a component part. • H1001 - 3/3 10/13/2005 • ITEM NO. J1002 - POLYVINYL CHLORIDE (PVC) SEWER PIPE AND FITTINGS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: Furnish Polyvinyl Chloride (PVC) Pressure Rated Pipe and fittings of size(s) shown on PLANS for use in sanitary sewer construction. B. Related Work Specified Elsewhere: Item J2001 - "Construction of Underground Lines." 1.02 QUALITY ASSURANCE TESTS: Sewer pipe shall be tested in accordance with Item J2005 - "Low Pressure Air Test - Sanitary Sewer Lines." PART 2—PRODUCTS 2.01 MATERIALS III A. Pipe and Fittings 1. Pipe and fittings shall be made of PVC having a cell classification of 1245B (PVC 1120) per ASTM-D-1784. 2. Pipe and fittings shall conform to the requirements of ASTM-D-2241 Standard Specification for "Polyvinyl Chloride (PVC) Pressure-Rated Pipe (SDR 26 - Class 160)", and shall be furnished with integral bell gasketed joints. B. Lubricant: Lubricant used for assembly to have no detrimental effect on gasket or pipe and to be used in accordance with pipe manufacturer's recommendations. PART 3 - EXECUTION 3.01 INSTALLATION A. Trenching and Backfill: To be in accordance with Item J2001 - "Construction of Underground Lines." B. Joining: Assembly of joints to be per manufacturer's recommendation. Ill J1002 - 1/2 10/13/2005 • C. Connections to Manholes and Other Rigid Structures: Manhole couplings corresponding to size of sewer pipe to be cast directly into a rigid structure such as a manhole or manhole base. Manufactured fittings and adapters may be used for prefabricated manholes. D. Deflection Tests: All pipe to be satisfactorily tested for deflection by pulling a mandrel through the pipe no earlier than THIRTY (30) DAYS after backfilling is complete. Mandrel to have an outside diameter equal to 95% of the original inside diameter of pipe being tested. Mandrel to be pulled by hand line. Should mandrel meet any resistance, Contractor may clean the pipe and repeat test. Any pipe not meeting this test to be removed and replaced at Contractor's expense. 3.02 MEASUREMENT AND PAYMENT Measurement and payment to be made in accordance with Item J2001 - "Construction of Underground Lines." ill • J1002 - 2/2 Std. 10/13/2005 ITEM NO. J1003 - POLYVINYL CHLORIDE(PVC)WATERLINE PIPE(4"-12") • PART 1 GENERAL 1.01 DESCRIPTION A. Scope of Work:Furnish Polyvinyl Chloride(PVC)Pressure Pipe of size(s)shown on PLANS for use in water supply and distribution systems. B. Related Work Specified Elsewhere: Item J2001 "Construction of Underground Lines." 1.02 QUALITY ASSURANCE Tests: Waterline shall be tested in accordance with Item J2003 - "Hydrostatic Testing of Pressure Lines." PART 2 -PRODUCTS 2.01 MATERIALS A. Pipe: Pipe shall be made of PVC plastic meeting the requirements AWWA C-900, "Standard for Polyvinyl Chloride (PVC) Pressure Pipe, 4 in. through 12 in. for Water". All pipe and related products shall conform to American National Standards Institute / National Sanitation Foundation (ANSI/NSF) Standard 61 and must be certified by an 411) organization accredited by ANSI. All Pipe shall bear the National Sanitation Foundation Seal of Approval. 1. 4-inch through 6-inch pipe shall be Class 200. 2. 8-inch through 12-inch pipe shall be Class 150. B. Lubricant:Lubricant used for assembly to have no detrimental effect on gasket or pipe and to be used in accordance with pipe manufacturer's recommendations. PART 3 - EXECUTION 3.01 INSTALLATION A. Trenching and Backfill: To be in accordance with Item J2001 "Construction of Underground Lines." B. Joining: Use elastic gasket joints, providing a watertight seal. Assembly of joints to be per manufacturer's recommendation. 3.02 MEASUREMENT AND PAYMENT Measurement and payment to be made in accordance with Item J2001 "Construction of Underground Lines." 411 J1003 - 1/1 08/03/2004 • ITEM NO. J1005 -HIGH DENSITY POLYETHYLENE (HDPE) PIPE PART 1 -GENERAL 1.01 DESCRIPTION A. Scope of Work: Furnish and install high-density polyethylene pipe and fittings of size(s) shown on plans for use in potable waterline construction. B. Related Work Specified Elsewhere: Item J2001 - "Construction of Underground Lines." 1.02 QUALITY ASSURANCE TESTS: Waterlines shall be tested in accordance with item J2003 - "Hydrostatic Testing of Pressure Lines." PART 2—PRODUCTS 2.01 MATERIALS A. Materials used for the manufacture of HDPE pipe and fittings shall be extra high • molecular weight, high density PE 3408 polyethylene resin: The material shall be listed by PPI (Plastics Pipe Institute, a division of the Society of the Plastics Industry) in PPI TR-4 with a 73 degree F hydrostatic design basis of 800 psi. The PPI listing shall be in the name of the pipe manufacturer and shall be based on ASTM D 2837 testing. B. Pipe: Pipe supplied under this specification shall have a nominal DIPS (Ductile Iron Pipe Size) OD unless otherwise specified. The DR (Dimension Ratio) and the pressure rating of the pipe supplied shall be as specified by the engineer. The pipe shall be produced from approved HDPE pipe grade resin with the nominal physical properties outlined in Section III. Pipe having a diameter 3" and larger will be made to the dimensions and tolerances specified in ASTM F 714. C. Fittings: HDPE fittings shall be in acdor4dance with ASTM D 3261 and shall be manufactured by injection molding, a combination of extrusion and machining, or fabrication from HDPE pipe conforming to this specification. The fittings shall be fully pressure rated and provide a working pressure equal to that of the pipe with an included 2:1 safety factor. The fittings shall be manufactured from the same base resin type and cell classification as the pipe itself. The fittings shall be homogeneous • J1005 - 1/3 08/03/2004 • throughout and free from cracks, holes, foreign inclusions, voids, or other injurious defects. PART 3 -EXECUTION 3.01 INSTALLATION A. Trenching and Backfill: To be in accordance with Item J2001 - "Construction of Underground Lines." B. Jointing: Sections of polyethylene pipe shall be joined by the butt fusion process into continuous lengths at the job site. The joining method shall be the heat fusion method and shall be performed in strict accordance with the pipe manufacturer's recommendations. The heat fusion equipment used in the joining procedures should be capable of meeting all conditions recommended by the pipe manufacturer. Properly executed electrofusion fittings may be used. Extrusion welding or hot gas welding of HDPE shall not be used for pressure pipe applications or fabrications where shear or structural strength is important. Mechanical joint adapters, flanges, unions, grooved-couplers, transition fittings, and some mechanical couplings may be used to mechanically connect HDPE pipe. Refer to the manufacturer's III recommendations. C. Pipe Packaging, Handling and Storage: The manufacturer shall package the pipe in a manner designed to deliver the pipe to the project neatly, intact, and without physical damage. The transportation carrier shall use appropriate methods and intermittent checks to insure the pipe is properly supported, stacked, and restrained during transport such that the pipe is not nicked, gouged, or physically damaged. Pipe shall be stored on clean, level ground to prevent undue scratching or gouging. If the pipe must be stacked for storage, such stacking shall be done in accordance with the pipe manufacturer's recommendations. The pipe shall be handled in such a manner that it is not pulled over sharp objects or cut by chokers or lifting equipment. Sections of pipe having been discovered with cuts or gouges in excess of 10% of the pipe wall thickness shall be cut out and removed. The undamaged portions of the pipe shall be rejoined using the heat fusion joining method. Fused segments of pipe shall be handled so as to avoid damage to the pipe. Chains or cable type chokers must be avoided when lifting fused sections of pipe. Nylon slings are preferred. Spreader bars are recommended when lifting long fused sections. 1111 J1005 - 2/3 08/03/2004 • 3.02 MEASUREMENT AND PAYMENT Measurement and payment to be made in accordance with Item J2001 - "Construction of Underground Lines." IIIII Ill J1005 - 3/3 06/27/2013 ITEM-NO. J2003 - HYDROSTATIC TESTING OF PRESSURE LINES PART 1 GENERAL 1.01 DESCRIPTION A. Extent of Work: Furnish and perform all operations in connection with hydrostatic testing of pressure lines. B. Time of Testing: After pipe has been laid and backfilled, except prior to replacement of pavement, newly laid pipe to be subjected to hydrostatic testing described herein. PART 2 PRODUCTS 2.01 PERFORMANCE AND DESIGN REQUIREMENTS A. Test Pressure: Any Section being tested, apply pressure such that, at highest point in section, pressure to be 125 pounds per square inch or pressure specified by Special Provision to Item. B. Permissible Leakage: Leakage not to exceed that determined from the • following formula: ND-VP L= 7400 Where L=Allowable leakage in gallons per hour. N=Number of rubber gasket joints or rubber seat valves. D=Nominal diameter of pipe valve, in inches. P=Test pressure during leakage test in pounds per square inch. C. Leakage Defined: Leakage is quantity of water supplied into newly laid pipe, or any valved section thereto, necessary to maintain specified leakage test pressure after pipe has been filled with water and air expelled and the specified test pressure has been applied. D. Duration of Pressure Test: Exposed joints to be tested for not less than 2 hours with no allowable leakage. Covered joints to be tested for a minimum of 6 hours. If leakage at the end of the 6-hour period exceeds the allowable by less than 25 percent, test to continue for not less than 18 additional hours. • J2003 - 1/2 06/27/2013 . PART 3 EXECUTION 3.01 TESTING A. Procedure: Fill each valved section of pipe slowly with water and apply specified test pressure, measured at point of highest elevation, by means of pump connected to pipe. Furnish pump, pipe connections, and necessary apparatus, gauge, and meters. Furnish necessary labor and assistance for conducting test, all subject to approval by Engineer. B. Expelling Air Before Test: Before applying specified test pressure, expel air form pipe. To accomplish, make taps in pipe, if necessary, at points of highest elevation. On completion of tests, taps to be tightly plugged with brass fittings. C Examining Under Pressure: At intervals during test, inspect route of pipe to disclose leakage greater than that specified; located and repair defective joints or defective pipe until test proves that leakage is within specified allowance. 3.02 MEASUREMENT AND PAYMENT III No separate payment for work performed under this Item. Include cost of same in Contract prices for items of which this work is a component. III J2003 -2/2 Std. 10/13/2005 • ITEM NO. J2005 - LOW PRESSURE AIR TEST- SANITARY SEWER LINES PART 1 —GENERAL 1.01 DESCRIPTION A. Scope of Work: Furnish all labor, materials, tools and equipment, and perform all operations in connection with low pressure testing on completed sanitary sewer lines. B. Time of Testing: After gravity sanitary sewer line has been laid and backfilled, but prior to replacement of pavement, subject line to low pressure air test. Test shall be performed using equipment and procedure specified herein. C. Contractor's Responsibility: Take such precautions as required to prevent damage to lines and appurtenances being tested. Repair any damage resulting from test at Contractor's expense. All testing to be completed in the presence of the Engineer. PART 2—PRODUCTS • 2.01 PERFORMANCE AND MINIMUM DESIGN REQUIREMENTS A. Equipment 1. Pneumatic plugs shall have a sealing length equal to greater than diameter of pipe tested. 2. Pneumatic plugs shall resist internal test pressures without requiring external bracing or blocking. 3. One of the pneumatic plugs shall have inlet tap or other provision for connecting air supply to introduce low pressure air into the line for testing. 4. All air used shall pass through a single control panel. a. From control panel to pneumatic plugs for inflation. b. From control panel to a sealed line for introducing low pressure air. c. From sealed line to control panel for continuous monitoring air pressure in sealed line. 5. Air supply system shall have necessary valves and gauges to control rate at which air enters test section and for reading test results. 6. Pressure gauges shall have minimum graduations of 0.1 psi and an accuracy of plus or minus 0.4 psi. III J2005 - 1/4 Std. 1 0/13/2005 • PART 3 -EXECUTION 3.01 PRETESTING PROCEDURES A. Determination of Groundwater Level: In areas where groundwater is known to exist, prior to conducting any tests, Contractor shall provide for determining groundwater level by installing standpipe(s) as described in Item J2009 "Exfiltration Test of Gravity Lines." Immediately prior to performing test the ground water back pressure shall be determined by measuring the height (in feet) of water over invert of pipe. Height shall be divided by 2.3 feet to establish the pounds(psi) of back pressure to be added to all readings. B. Preparations of Sewer Lines 1. Flush and clean sewer line prior to testing thus serving to wet pipe surface as well as removing any debris. 2. Plug all pipe outlets to resist test pressure. 3.02 TESTING PROCEDURES A. Procedures to be as follows: 1. All pneumatic plugs to be seal-tested before being used in test installation. One length of pipe shall be laid on ground and sealed at both ends with • pneumatic plugs to be checked. Air shall be introduced into pneumatic plugs to be checked. Air shall be introduced into pneumatic plugs to 25 psig. The sealed pipe shall be pressurized to 5 psig. Plugs shall hold against this pressure without external bracing. 2. Safety precautions shall be carefully observed by Contractor during air testing, recognizing damages from plugs blowing out. No one shall be allowed in manholes during test. 3. Place pneumatic plugs in line at each manhole and inflate to 25 psig. Introduce low-pressure air into sealed line until internal air pressure reaches a pressure of 4 psig plus the average groundwater back pressure. Allow two minutes for internal air pressure to stabilize. 4. When internal air pressure has stabilized and is at or above the test pressure (3.5 psig minimum plus groundwater back pressure), commence test. Disconnect air hose from control panel to air supply. Record pressure drop for test period (see 3.02.A.5). If pressure drops more than 1.0 psig during test period, line is presumed to have failed. Test may be discontinued when prescribed test time has been reached even though 1.0 psig drop has not occurred. 5. For sections of pipe less than 36-inch average inside diameter, the minimum time allowable for the pressure to drop 3.5 pounds per square inch gauge shall be computed from the following equation: • J2005 - 2/4 Std. 10/13/2005 • T = 0.0850 (D) (K)/(Q) where T = time for pressure to drop 1.0 pound per square inch gauge in seconds K = 0.000419 (D) (L), but not less than 1.0 D = average inside diameter in inches. L = length of line in feet of same pipe size being tested. Q = rate of loss, 0.0015 cubic feet per minute per square for internal shall be used. Since a K value of less than 1.0 shall not be used, there are minimum testing times for each pipe diameter as follows: Pipe Diameter Min.Time Length for Time for Min.Time Longer Length (inches) (sec.) (feet) (sec.) 6 340 398 0.855 (L) 8 454 298 1.520 (L) 10 567 239 2.374 (L) • 12 680 199 3.419 (L) 15 850 159 5.342 (L) 18 1020 133 7.693 (L) 21 1190 114 10.471 (L) 24 1360 100 13.676 (L) 27 1530 88 17.309 (L) 30 1700 80 21.369 (L) 33 1870 72 25.856 (L) For sections of pipe, which have an average inside diameter less than 36 inches, the following option is available. The test may be stopped if no pressure loss has occurred during the first 25% of the calculated testing time. If any pressure loss or leakage has occurred during the first 25% of the testing period, then the test shall continue for the entire test duration as outlined above or until failure. Lines with a 36-inch average inside diameter and larger may be air tested at each joint. If an air test is used, a visual inspection of the line between the joints shall be performed immediately after the air test. The minimum time during a joint test, regardless of pipe size, shall be 20 seconds. III J2005 - 3/4 Std. 10/13/2005 • B. Retest. Sanitary sewers failing to meet requirements of low pressure air test to be tested again after Contractor has located and remedied defects causing failure. No sanitary sewer to be accepted until the limits of test procedures are satisfied. 3.03 MEASUREMENT AND PAYMENT No separate measurement and payment for work performed under this Item. Include cost of same in Contract unit price bid for Item of which work is component. • • J2005 -4/4 10/13/2005 • ITEM NO. J3006 - CEMENT- STABILIZED SAND BACKFILL PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Furnish all plant, labor, equipment, supervision, and tools for the furnishing and installation of Cement-Stabilized Sand Backfill as shown on PLANS or as indicated in other items of the TECHNICAL SPECIFICATIONS. B. Related Work Specified Elsewhere: Per Item No. J2001 - "Construction of Underground Lines" for compaction requirements for sanitary sewers, storm sewers, and waterlines. PART 2 - PRODUCTS 20.1 MATERIALS A. Aggregate: Use sand containing deleterious materials not to exceed the following requirements, by weight. III Material removed by decantation 5.0% Clay lumps 0.5% Other deleterious substances such as coal, shale, coated grains of soft flaky particles 2.0% Gradation Requirements: Retained on 3/8-inch sieve 0% Retained on '/4-inch sieve 0% - 5% Retained on 20-mesh sieve 15%- 50% Retained on 100-mesh sieve 80% - 100% Color test ASTM C40 -Color not darker than standard color. B. Cement: ASTM C150 -Type I. C. Water: Fresh and clean. ID J3006 - 1/2 11/18/03 411 PART 3 - EXECUTION 3.01 MIXING Use minimum of 1-1/2 sacks of cement per cubic yard of mixture. Use amount of water required to provide mix suitable for mechanical hand tamping and mix in approved mixer. Stamp tickets at plant with time of loading. Material not in place within one and one-half hours after loading of that has obtained an initial set will be rejected and removed from the site. 3.02 PLACING Place around abutment, wingwalls, structures, inlets, and manholes where indicated only after they have cured at least four days. Place around fiberglass manholes as specified in Item No. J3019 - "Fiberglass Manholes". Place in 4-inch layers and compact each layer with approved power-driven hand tampers. Place in pipe trenches as specified in Item No.J2001 -"Construction of Underground Lines." 3.03 MEASUREMENT AND PAYMENT A. No separate measurement and payment for work performed under this Item. Include cost of same in Contract price bid for items of which this work is a • component part. • J3006 -2/2 10/13/2005 • ITEM NO. J3009 - DISINFECTION OF WATERLINE PART 1 - GENERAL 1.01 SCOPE Disinfection: Disinfection of new waterlines on initial fill of pipe, including connections to existing sections of work where required. 1.02 QUALITY ASSURANCE A. Standard Specifications: AWWA C-651 shall be utilized for the controlling specifications for disinfections of the water system. B. Bacterial Analysis 1. The City having jurisdictional authority shall be given the opportunity to have a representative present when the samples are taken for bacteriological analysis. Twenty-four hours notice shall be given to the City's Water and Sewer Department prior to taking samples. 2. Following disinfections and flushing, make bacteriological analysis to • check effectiveness of disinfections. Methods of bacteriological analysis are as specified in the Standard Methods for Examination of Water and Wastewater by the American Public Health Association latest edition. No main placed in service or accepted until water samples approved by Texas or accepted until water samples approved by Texas Department of Health. The owner shall have a representative present when the samples are taken for bacteriological analysis. Twenty-four hours notice shall be given to the Owner prior to taking samples. PART 2 - PRODUCTS Chlorination agents to be chlorine gas-water mixture or calcium hypo chlorite in water per AWWA C651. • J3009 - 1/2 Std. 11/18/03 • PART 3 - EXECUTION 3.01 APPLICATION A. General: Furnish pump, pipe connections, and necessary apparatus, gauges, and meters. Furnish necessary labor, assistance, and chlorinating agent for disinfection. B. Application Procedure: Apply chlorinating agent in water through suitable solution feed device. Place solution feed device at or near beginning point from which line is being filled. Inject through corporation cock tapped in horizontal axis pf newly laid pipe. Slowly fill section to be sterilized, and proportion rate of application of chlorinating agent to rate of water entering lien so that chlorine dose applied to water is at least 50 mg/1. Retain chlorine treated water in line until completion of hydrostatic testing but not less than 24 hours. Following chlorination, flush treated water from lines until replacement water has chlorine content not more than 0.1 mg/1 in excess of residual water from supplying line, and in any event not more than 0.2 mg/1 total. 3.02 MEASUREMENT AND PAYMENT No separate payment for work performed under this Item. Include cost of same in • Contract unit price for other items of which this work is a component. • J3009 -2/2 Std. 10/13/2005 III ITEM NO. J3019 - FIBERGLASS MANHOLE PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: Furnish and install fiberglass manholes on sanitary sewer lines when approved by Owner. B. Related Work Specified Elsewhere 1. Concrete and reinforcing steel per Item No. B3005 "Concrete Construction". 2. Sewer pipe and fittings per applicable Item No. J1002 "Polyvinyl Chloride (PVC) Sewer Pipe and Fittings" or Item No. H1001 "Ductile Iron Pipe and Cast Iron and Ductile Iron Fittings". 1.02 QUALITY ASSURANCE Fiberglass manholes to be "Fiberglass Flowtite Manholes" by Owens/Corning Fiberglass Corporation or "Fiberglass Reinforced Plastic Manhole" by Armco, or approved equal. 1.03 STORAGE AND HANDLING III Do not drop or impact manhole. Manhole to be chocked until installed. If manhole is rolled, insure that ground is smooth and free of rocks, debris, etc. Lift manhole with two slings on spreader bar in horizontal position or by use of 4-inch x 4-inch timber - 33 inches long inserted through top access hole for vertical positioning. PART 2 - PRODUCTS 2.01 MATERIALS Fiberglass manholes to meet, as a minimum, materials requirements as specified by ASTM D3753-79. PART 3 -EXECUTION 3.01 SITE PREPARATION Excavation at manhole location to be wide enough to accommodate slab specified on PLANS and provide working room around manhole. III J3019 - 1/3 Std. 10/13/2005 • 3.02 MANHOLE PREPARATION A. Pipe cutouts to be made in manhole skirt prior to setting manhole in place over pipe in trench. Cutouts to be made using a saber saw or thin blade type saw. Fasten pipe connectors to manhole as shown on detail. Size of cutout is determined as follows: 1. Width to be equal to pipe outside diameter plus 1/2 inch. 2. Height of cutout to be deep enough to ensure that 4 inches of base of manhole will penetrate concrete slab. 3. Height of manhole to be sufficient to insure that manhole, when set in place over pipe, will be below finished grade to allow for final adjustment of chimney and ring and cover. 3.03 MANHOLE INSTALLATION A. With cutouts made, position manhole so that it may be set in place with backhoe or other lifting device. B. Lower manhole in place until top of cutout rests gently upon pipe. C. Connect pipe to manhole by means of molded connectors bonded to the manhole. D. Pour ready-mix concrete to spring line of pipe. E. Plumb manhole and work concrete around manhole and over pipe, forming a tight seal at least 6 inches high. 3.04 BACKFILLING A. Backfill after concrete base has hardened sufficiently to provide rigid support for both manhole and backfill. B. Backfill a minimum of one (1) foot out from fiberglass manhole with cement stabilized sand to a point of 18 inches below finished grade. Cement stabilized sand to be placed in 12-inch layers and thoroughly rodded. The remainder of the fill shall be select backfill from trenching or excavation operation. Foreign objects such as large stones, concrete, clay lumps, etc. over 5 inches in size are not allowed. C. Compact select backfill to a condition equal to or greater that the undisturbed surrounding material. D. Prevent backfill from sliding down bank and do not allow backfill material or equipment to impact manhole during filling. E. Invert Forming and Service Connection: Invert to be formed in accordance with standard procedures. Service connections to be accomplished as specified under Paragraph 3.03 C. 3.05 LATERALS • J3019 - 2/3 Std. 10/13/2005 IP In the event that one or more laterals are to be tied into manhole, standard drops are to be used. Cutout and pipe connections are to be the same as specified under Paragraph 3.02 Cutouts to be just large enough to fit pipe through. Same procedure for drop line cutout to be followed. 3.06 FINISHING MANHOLE TO GRADE A. Flat base for chimney to be one foot below finished grade. Construct chimney with precast concrete rings and mortar to bring manhole to finished grade. (Use chimney for ring support.) Bricks are not acceptable. Do not in any case place manhole cover ring directly on fiberglass manhole. Do not load manhole except on flat part of cone. B. When located in easements, finished rim elevation to be set 3 inches above natural ground or finish grade (where indicated) or as shown on Plans. C. For construction of manholes located in street right-of-way, refer to Sanitary Sewer Construction Notes. 3.07 TESTING A. After backfilling procedure is completed, manhole to be tested for leakage as follows: 1. Provide watertight plug on all manhole outlets. 2. Fill manhole with water up to base of chimney. 11111 3. Allow water to stand in manhole for 24 hours. If leakage is detected, Contractor to drain manhole and make repairs as required to maintain the same water level at the base of the chimney for a 24-hour period. 4. Include cost of any repairs in unit price bid for manhole. 3.08 MEASUREMENT AND PAYMENT A. Measurement: Measure "Fiberglass Manhole" per each, being 0'-8' in depth, measured from flow line of manhole to top of manhole casting. Measure "Extra Depth on Fiberglass Manhole"per vertical foot or fraction thereof in excess of 8 foot depth. B. Payment: Pay for "Fiberglass Manhole" measured as stated above shall be at Contract Unit Price indicated per each. Pay for "Extra Depth on Fiberglass Manhole" measured as stated above shall be at Contract Unit Price indicated per foot. 1111 J3019 - 3/3 10/13/2005 • ITEM NO. J3024 - BANK SAND BACKFILL PART 1 -GENERAL 1.01 DESCRIPTION Extent of Work. When shown PLANS, furnish and place bank sand backfill in trench excavations above pipe zone as specified in Item No. J2001 - "Construction of Underground Lines", or as required by the Engineer. PART 2 - PRODUCTS 2.01 PERFORMANCE AND DESIGN REQUIREMENTS Materials. Bank sand to be free of organic matter, foreign material and mud balls. Sand to have a minimum Plasticity Index of 7 and with not more than 40 percent passing a No. 200 sieve. PART 3 -EXECUTION 1111 3.01 INSTALLATION Mechanical Tamping. Place bank sand in layers not exceeding 8 inches. Compact with mechanical vibratory tamps to 95 percent of maximum density at approximate optimum moisture content as prescribed by ASTM Designation D698. Water flooding is not permitted. 3.02 MEASUREMENT AND PAYMENT A. Measurement: No separate payment for work performed under this Item, except as indicated below. Include cost of same price bid per linear foot of pipe for which work is a component. B. Payment: "Extra Bank Sand Backfill," when required, will be measured by the cross-section method in its compacted position and paid for at Contract unit price bid per cubic yard. Payment under this bid Item is limited to such additional bank sand backfill not shown on PLANS that may be required. 1111 J3024 - 1/1 10/13/2005 • ITEM NO. K3101 - CONCRETE PAVEMENT PART 1 - GENERAL 1.01 DESCRIPTION Extent of Work: This Item governs for construction of concrete pavement for roadways, driveways, turnouts, and concrete curbing. Unless specified otherwise in preceding Special Provision or on PLANS, pavement to conform to residential requirements. 1.02 WORK SPECIFIED ELSEWHERE A. Roadway Preparation: Item No. K3203 "Roadway Excavation" or Item No. K3203 "Roadway Excavation and/or Embankment (Station Grading)" B. Concrete: Item No. B1001 "Concrete." C. Reinforcing Steel: Item No. B3001 "Reinforcing Steel." 1.03 QUALITY ASSURANCE • A. Submittals: For samples, mix designs, tests, and reports, see Item No. B1001 "Concrete." B. Standard Beam Test: See Item No. B 1001 "Concrete." C. Core Samples: One core to be taken for each 1,000 square yards of finished pavement (minimum one core per street). Each core to be tested for thickness and compressive strength. PART 2 -PRODUCTS 2.01 MATERIALS A. Concrete: Item No. B1001 "Concrete." Thickness as shown on PLANS or in Proposal. B. Reinforcing Steel: Item No. B3001 "Reinforcing Steel." Bar size and type as shown on PLANS. C. Expansion Joint Material: To be in accordance with section and location as shown on PLANS. • K3101 - 1/10 10/13/2005 • 1. Fillers a. Premolded 1) Asphalt filler board per ASTM D994-71. 2) Premolded joint material per ASTM D1751-73. b. Wood 1) Redwood: Heart, clear; maximum weight per cubic foot when oven dried to constant weight to be 30 pounds. 2) Other materials may be used with prior approval or Engineer. c. Hot poured: Per ASTM D1190-74. Also to be used in other type of joints as required. Other materials may be used with prior approval of Engineer or as directed on the PLANS. 2. Load Transmission Devices: To be of type and size shown on PLANS. D. Forms 1. Pavement a. Wood Forms: (Used only in residential construction) to be 2X material, III free from warps, bends and kinks, and sufficiently true to provide a straight edge on concrete. Use precautionary methods to prevent leakage of mortar through of under side forms. Top of each form section, when tested with a straight edge, to conform to the requirements specified for the surface of completed pavement. b. Metal Forms: Use metal forms approved shape and section. Preferred depth of form to be equal to required edge thickness of pavement. Forms with depths greater or less than 1 inch of pavement thickness, may be used. Forms with less depth than pavement thickness to be brought to required depth by securely attaching wooden planks of approved section and size to bottom of form. Use forms section at least 10 feet in length, and provide for staking in position with not less than 3 pins. Use forms of adequate strength to withstand machine loads without visible springing or settlement. Use forms free from warps, bends and kinks, and sufficiently true to provide a straight edge on concrete. Top of each form section, when tested with a straight edge, to conform to the requirements specified for the surface of the completed pavement. Use flexible or curved forms of wood or metal of proper radius for curves of 200-foot radius or less. 2. Curbs a. Wood or Metal: Wood or metal curb forms to be of approved section, straight and free of warp. Outside curb forms to have a depth at least %2-inch III K3101 - 2/10 10/13/2005 • greater than height of curb. Rigidly attach inside curb forms (if required) to outside forms. b. Machine Laid: Equipment to conform to the requirements as specified under Paragraph 3.01 CONSTRUCTION. Use flexible or curved forms of wood or metal of proper radius for curves but not to exceed radius recommended by curb machine manufacturer. E. Metal or Plastic Supports: Supports for reinforcing steel to be either metal or plastic of approved shape and size, and spacing to conform to details shown on PLANS. F. Materials for Curing 1. Burlap: Mats to be in good condition, clean, and free of any substance, which would have deleterious effect on concrete. 2. Cotton Mats: Mats to be in good condition, clean, and free of any substance, which would have deleterious effect on concrete. 3. Waterproof Paper: Per ASTM C171-69. 4. Membrane Curing Compounds: Conform to ASTM C309-74. 5. White or clear Polyethylene Sheeting: Sheet having thickness not less than 4 • mils(.004 inch). G. Grouting 1. Material and mixtures for grouting curb dowels. a. Proportion by weight. b. One part Portland cement, Type I or Type II. c. One part clean, sharp sand. d. Seven-tenths part nonshrinking grout aggregate. e. No more than 5-1/2 gals. water per sack cement. 2. Other: Use mixture by weight of one part Portland cement and two parts sand for general purposes. If space to be grouted is less than one inch and is impossible to tamp grout use one-to-one mix. Where space to be filled with grout is large, use original concrete mixture. Use stiff mixture for grout to be tamped, produced by prolonged mixing. To obtain stiff grout, mix mortar using amount of water required to thoroughly mix ingredients, then continue mixing without additional water until grout is stiff enough to be compacted by tamping when placed. For grouting block outs for embedded pipes and similar items, use grout • K3101 - 3/10 10/13/2005 0 to which 5 pounds of nonshrinking grout aggregate per sack of cement has been added. PART 3 -EXECUTION 3.01 CONSTRUCTION A. Subgrade: Excavate, shape, and compact subgrade to grades, sections and densities shown on PLANS. Maintain drainage of subgrade at all times. Test subgrade section with an approved template, operated and maintained by Contractor. Wet down subgrade sufficiently in advance of placing pavement. No pavers, batch trucks, or other equipment to be permitted between forms during paving operations. B. Wood and Steel Forms 1. Setting: Set forms on compacted subgrade, cut true to grade so that entire form section is supported by subgrade. Stake metal form sections with at least 3 pins per section, with a pin on each side of every joint. Adequately stake wood form sections to prevent bows in form and to keep form sections to grade. Join form sections to prevent displacement. Clean and oil forms with form oil each time they are used. Set forms to line and grade for at least 200 feet ahead of mixer. Check conformity of alignment and grade immediately prior to placing concrete. III 2. Removal: Leave forms in place for at least 12 hours. Remove forms without injury to concrete. Immediately repair damage resulting from form removal. Point up all exposed honeycomb areas with approved mortar. As soon as curb forms are removed, backfill behind curbs with approved material and compact to 90 percent Standard Proctor density. C. Slip Forms: Equipment to be provided with traveling side forms of sufficient dimensions, shape and strength to support concrete laterally for sufficient length of time during placement to produce pavement of required cross-section. Concrete to be distributed uniformly into final position by slip form paver, and horizontal deviation in alignment of edges not to exceed 1-1/4 inches form established alignment. D. Concrete Placing and Handling 1. Wood and Steel Forms a. Deposit concrete on subgrade in such manner as to require as little rehandling as possible. Use shovels for hand spreading of concrete. Use of rakes will not be permitted. Place concrete in a rapid, continuous operation. b. Consolidate all concrete placed for pavement by an approved mechanical vibratory unit designed to vibrate the concrete internally. Use vibratory III K3101 - 4/10 10/13/2005 • member equipped with synchronized vibratory units to extend across pavement practically to, but not to come in contact with side forms. Space separate vibratory units at sufficiently close intervals to provide uniform vibration and consolidation to entire width of pavement. Mount mechanically operated vibrators in such manner as not to come in contact with forms or reinforcement, and not to interfere with transverse or longitudinal joints. c. Furnish hand-manipulated mechanical vibrators in number of required for proper consolidation of concrete along forms, at joints, an in areas not covered by mechanically controlled vibrators. 2. Slip Forms a. Concrete, for full paving width, to be effectively consolidated by internal vibration, with transverse vibrating units or with a series of longitudinal vibrating units. Internal vibration to mean vibration by means of vibrating units loaded within the specified thickness of pavements section and at a minimum distance ahead of screed equal to pavement thickness. b. When concrete is being placed adjacent to an existing pavement, that part of the equipment which is supported on the existing pavements to be equipped with protective pads on crawler tracks or rubber-tired wheels, offset to run a • sufficient distance from edge of pavement to avoid breaking or cracking pavement edge. c. After concrete has been given a preliminary finish by finishing devices incorporated in the slip-form paving equipment, surface of the fresh concrete to be checked with a straightedge to tolerances and finish required. 3. Wood or Metal Formed Curb: Curbing may be poured monolithic with pavement or may be added to pavement surface at a latter time. Place curb dowel bars while pavement is plastic. Provide expansion joint or contraction joint in curb opposite each expansion joint or contraction joint in pavement and at each curb inlet. Use same expansion joint material as used in pavement. Cut weakened plane joints with an approved grooving tool opposite each joint in pavement, as required. Apply finish coat of mortar on exposed surfaces of curb. Mortar is composed of one part Portland cement and two parts sand. Apply mortar with a template or "mule" conforming to plan curb dimensions. Steel trowel finish all exposed surfaces of curb and brush to a smooth,uniform surface. 4. Machine-Laid Curb a. Lay curbs by an extrusion-type machine. Immediately prior to placing of the curb, thoroughly clean the previously approved foundation. b. Grade and alignment for top of curb to be as shown on PLANS. The forming tube of the extrusion machine to be readily adjustable vertically • K3101 - 5/10 10/13/2005 • during the forward motion of the machine, to provide required variable motion of the machine,to provide required variable height of curb necessary to conform to the established grade line. c. Feed concrete into machine in such a manner and at such consistency that the finished curb will present a well-compacted mass with a surface free from voids and honeycomb and true to established shape, line, and grade. d. Perform any additional surface finishing's specified and/or required immediately after extrusion. Construct joints as specified or as shown on PLANS. 5. Placing Concrete in Cold Weather: Minimum ambient air temperature at time of concrete placement to be not less than 50 deg. F. a. Maintain temperature of concrete placed on or in the ground above 40 deg. F. for a period of 72 hours from time of placement. b. Protect concrete against freezing during curing period in accordance with Portland Cement Association"Design and Control of Concrete Mixtures." c. Protect concrete from temperatures below 40 deg. F. until it has cured for a minimum of three days at 70 deg. F. or five days at 50 deg. F. Remove and replace at Contractor's expense, all concrete not meeting this • requirement. d. Protection may consist of additional covering, insulated forms, artificial heating, or other means approved by Engineer. 6. Placing Concrete in Hot Weather: When air temperature is above 90 deg. F. use approved retarding agent in all exposed concrete. a. Reinforcing steel and other surfaces in contact with concrete, to be cooled to below 90 deg. F. by means of water spray or other approved methods. b. Concrete temperature prior to placement not to exceed 85 deg. F., plus a maximum tolerance of 5 deg. F. Concrete above this maximum will be rejected. c. Reduce concrete temperature at time of placement to satisfy maximum allowable temperature by one or more of the following: (1) Addition of cold water with a subsequent addition of cement to maintain proper water-cement ratio. Tanks or trucks used for storing or transporting water to be insulated or painted white. Mechanical refrigeration may be used to reduce water temperatures. 111 K3101 - 6/10 10/13/2005 • (2) Addition of crushed, shaved, or shipped ice directly into the mixer with a subsequent addition of cement to maintain proper water- cement ratio. Continue mixing until ice is completely melted. (3) Other approved methods. E. Finishing 1. Nonresidential Pavements: Finish concrete pavement by power-driven transverse finishing machines and longitudinal finishing machines. Provide transverse finishing machine with two screeds accurately adjusted to crown of pavement. Ride transverse finishing machine on forms, so designed and operated as to strike off and consolidate concrete. Make at least two trips over each area, or more if necessary. Provide longitudinal finishing machine with a longitudinal float not less than 10 feet in length, adjusted to a true plane. Ride longitudinal finishing on forms, so designed and operated as to finish pavement to required grade. Equip finishing machines with rubber tires to roll on concrete pavement. Just before concrete becomes nonplastic, belt pavement surface with a canvas or canvas-rubber composition belt of two- or four-ply construction, not less than 6 inches nor more than 10 inches wide, and at least 2 feet longer than width of pavement. Use short transverse strokes and rapidly advance longitudinally to produce uniform surface of gritty texture. 2. Residential Pavements: Concrete pavement may be finished by machine or ID by hand. If by machine, see Paragraph E.1. above. If finished by hand, thoroughly vibrate concrete around reinforcement and embedded fixtures. Tamp concrete with a tamping template make of 4-inch by 10-inch lumber, or equivalent metal section, at least 2 feet longer than width of pavement, to conform to crown section of pavement. If wood-tamping template is used, it is to have a steel face not less 3/8 inch in thickness. Strike off concrete with a strike-off screed made of 4-inch by 10-inch lumber or equivalent metal section at least 2 feet longer than width of pavement and conforming to crown section of pavement. Move strike-off screed forward with combined transverse and longitudinal motion in direction work is progressing, maintaining screed in contact with forms, and maintaining slight excess of materials in front of cutting edge. Use a longitudinal float not less than 10 feet in length to level surface. Prior to concrete becoming nonplastic, belt pavement surface with a canvas or canvas-rubber composition belt or two- or four-ply construction not less than 6 inches nor more than 10 inches wide, and at least 2 feet longer than width of pavement. Use short transverse strokes and rapidly advance longitudinally to produce uniform surface of gritty texture. 3. Slip Form: If this method of construction is used, all requirements of this TECHNICAL SPECIFICATION in regard to subgrade and pavement depth, alignment, consolidation, finishing, workmanship, etc. to be met. Equip "slip form paver" with longitudinal transangular finishing float adjustable to crown and III K3101 - 7/10 10/13/2005 • grade. Extend float across the pavement almost to the side form and/or the edge of slab. F. Surface Tests 1. Test entire surface before initial set and correct irregularities or undulations to bring surface within requirements of following test, then finish. 2. Place approved 10-foot straight edge parallel to center of roadway so as to bridge any depressions and touch all high spots. Ordinates measured from face of straight edge to surface of pavement not to exceed 1/16 inch per foot from nearest point of contact, and in any case maximum ordinate to 10-foot straight edge to be no greater than 1/8 inch. G. Joints: Place joints of types shown on PLANS at required locations and at spacing shown. 1. Construction Joints: Place transverse construction joint when necessary to stop concrete placement for period of more than 30 minutes. Length of slab to be not less than 10 feet from nearest joint of complete slab. If closer than 10 feet from nearest joint of complete slab. If closer than 10 feet, Contractor to remove concrete from between forms back to nearest normal join and place construction joint bulkhead. Use longitudinal keyed construction joints at pavement edges where required. • 2. Expansion Joints: Place expansion joint at radius points of curb returns for cross-street intersections, or as shown on PLANS. Do not use boards less than 6 feet in length. When pavements are 24 feet or less in width, use not more than two lengths of board. Secure pieces to form straight joint. Shape board filler accurately to cross-section of concrete slab. Use premolded joint filler, accurately shaped, in curb section. Load transmission devices to be of type and size shown on PLANS. Use joint sealing compound as required. 3. Contraction Joints: Make straight and place at spacing shown on PLANS. Place asphalt-coated smooth dowels accurately and normal to joint. Tool edges of groove and seal with joint sealing compound. 4. Longitudinal Weakened Plane Joints: Form longitudinal weakened plane joint by an approved continuous metal shield or asphalt impregnated felt strip placed continuously behind longitudinal float by a machine of the flex plane type. H. Protection and Curing: Following requirements apply on alternate methods of curing. Cover concrete with burlap or cotton mats, when concrete has hardened sufficiently to prevent marring of surfaces, and keep wet continuously for 72 hours. Apply curing compound immediately after free water has disappeared and at rate specified. Keep polyethylene sheets or membrane curing film in place and intact for five days, in lieu of 72 hours wet curing. Cure concrete curbs and gutters to prevent checking while setting. After each day's run, barricade street. No wheeling will be • K3101 - 8/10 10/13/2005 • allowed on concrete during curing period. Do not open pavement to traffic until concrete is at least 10 days old. Clean off pavement and seal joints before opening pavement to any traffic. Polyethylene sheeting will be kept on the job site at all times to cover and protect pavement during adverse weather conditions. Concrete surface, which is still in a plastic state, shall be protected from adverse rainfall conditions so as not to impair the quality of the pavement surface. Removal and replacement of Deficient Concrete: REMOVE AND REPLACE with pavement of specified thickness. Length of pavement to be removed shall be to the nearest existing joint (Type A, C, or E) in both directions. Width of pavement to be removed shall be from the centerline of pavement to edge of pavement. Contractor shall saw completely through existing reinforcing steel at said joints, except at expansion joints. Prior to replacement of deficient concrete pavement, Contractor shall drill and dowel concrete pavement for 5/8-inch diameter reinforcing rods 30 inches long on 24 inch centers as shown on plans for TYPE E construction joint. 3.02 MEASUREMENT AND PAYMENT A. Measurement: "Concrete Pavement to be measured by square yard of surface area of completed and accepted pavement of thickness designated. Measurement to be made from back to back of curb. "Monolithic Concrete Curb and Gutter," "Concrete Curb," "Temporary Concrete Curb," and "Mountable Concrete Curb" of height designated • will be measured by linear foot. "Driveway Turnout" will be measured by the square yard of surface area of completed and accepted turnout. B. Payment 1. Adjustment of payment for acceptable pavement and replacement of faulty pavement to be in accordance with the following: a. Thickness of pavement to be determined by measurement of cores taken prior to fmal acceptance, at such points as Engineer may select. 6-inch diameter cores taken at rate of at least one core per each 1,000 square yards of pavement. These initial cores to be paid for by owner. b. Pavement of thickness within 1/4-inch of designated thickness to be considered of satisfactory thickness, and to be paid for at Contract unit price. c. Pavement of thickness less than thickness designated by more than 1/4-inch, but less than 1/2-inch, to be considered of deficient thickness, and adjusted unit price to be used in payment. This price shall be one-half of the Contract unit price. Length of area of such deficient thickness to be determined by additional cores in each direction until cores are obtained which measure designated thickness. Width of such area to be entire width of pavement within length thus determined. 2. Payment will not be made for pavement which is deficient in thickness by 1/2-inch or more. Length of area of such unsatisfactory thickness to be determined by additional cores taken at intervals of 10 feet along length of pavement in each direction until cores are obtained which have designated thickness less 1/2-inch. Width of such area to be entire width of pavement within length of such area to be • K3101 - 9/10 10/13/2005 • determined. If deficiency in thickness is not more than 3/4-inch, Contractor may leave such pavement in place, relinquishing thereby any claim for compensation incurred in its construction. If deficiency in thickness is 3/4-inch or more remove, dispose and replace with pavement of specified thickness as described in paragraph 3.01. 3. No additional payment over Contract unit price to be made for pavement of thickness exceeding that required by PLANS. 4. Additional 6-inch diameter cores required determining areas of deficient thickness to be paid for by Contractor. 5. "Concrete Curb" to be paid for at Contract unit price. • • K3101 - 10/10 Std. 10/13/2005 • ITEM NO. K3303 - HOT-MIX ASPHALTIC CONCRETE SURFACING PART 1 -GENERAL 1.01 DESCRIPTION Extent of Work: This Item governs for hot-mix asphaltic concrete surfacing consisting of a base course, a level-up course, a surface course, or any combination of these courses; each course composed of a compacted mixture of aggregate and asphalt cement and constructed on an approved subgrade, a sub-base course, a base course, or in case of a bridge, on prepared floor slab. Construct in accordance with these specifications and in conformity with lines, grades, compacted thickness, and typical cross-sections shown on PLANS or described in preceding Special Provision. 1.02 QUALITY ASSURANCE A. Laboratory density and stability of mixture, when designed and tested in accordance with these specifications and the Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges, 1993 Edition, to be as follows: Density, Percent Stability, Value 411 Min. Max. Optimum At least 35 94.5 97.5 96 B. Provide, at Contractor's expense, laboratory facilities equal to those used at stationary commercial asphalt concrete plants approved by the Engineer. Furnish, operate, and maintain templates, straight edges, scales, and other weighing and measuring devices necessary for proper construction and checking of work. C. Place set of standard platform truck scales at plant and provide with a suitable weight office adjacent to scales for use of truck weigher. Scales must be accurate to within 4 pounds per 1,000 pounds total load. PART 2 - PRODUCTS 2.01 MATERIALS A. Mineral Aggregate: Composed of a coarse aggregate, a fine aggregate, and a mineral filler, and if approved by Engineer, a suitable mineral admixture which may include reclaimed asphalt pavement (RAP). Exact proportion of admixture, if approved, to be determined by Engineer. Submit samples of coarse aggregate, fine aggregate, and mineral filler and test in accordance with prescribed methods. Approval of both materials and source of supply must be obtained prior to delivery of any material. • B. Coarse Aggregate: Consists of slag, limestone, or a mixture thereof as hereinafter specified, of uniform quality throughout and free from dirt, organic, or other injurious K3303 - 1/7 Std. 10/13/2005 • matter occurring either freely in material or as a coating on aggregate. Abrasion of slag or limestone from which coarse aggregate is made of not more than 35 when subjected to Los Angeles Abrasion Test. C. Fine Aggregate: Consists of sand or a combination of sand and stone, or slag screenings. Sand composed of sound, durable stone particles, free from loam or other injurious foreign matter. Screenings of same or similar materials as specified for coarse aggregate. Sand or combination of sand and screenings to meet the following requirements when tested by standard laboratory methods: Percent by Weight Passing a No. 3/8 Sieve 100% Passing allo. 10 Sieve 70-100% Passing allo. 200 Sieve 0-15% The plasticity index of that part of the fine aggregate passing the No. 40 sieve to be not more than 6. D. Mineral Filler: Consists of thoroughly dry stone dust, Portland cement, lime, flyash or other mineral dust approved by the Engineer. The material shall be free from foreign matter. Meet the following grading requirements when tested by standard laboratory methods: Percent by Weight or Volume • Passing a No. 30 Sieve 95-100% Passing a No. 80 Sieve - not less than 75% Passing a No. 200 Sieve - not less than 55% E. Asphalt: Grade of asphalt as designated by Engineer. If more than one type of asphaltic concrete mixture is specified for project, only one grade of asphalt will be required for all types of mixtures. 1. Asphaltic materials, including tack coat, to meet requirements of the Item, "Asphalt, Oils and Emulsions", of the Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges, 1993 Edition. F. Paving Mixture: To consist of a uniform mixture of coarse aggregate, fine aggregate, asphaltic material, and mineral filler, if required. 1. Grading of each constituent such as to produce, when properly proportioned, a mixture conforming to limitations for grading for type specified. Exact proportions of each constituent producing total aggregate within these limits to be as directed, and to conform to the requirements of Article 340.3, "Paving Mixtures", of the Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges, 1993 Edition. 41111 K3303 - 2/7 Std. 10/13/2005 • 2.02 PROPORTIONING AND MIXING A. Proportions of various materials entering into asphaltic mixture as directed and in accordance with these specifications. Engineer, or his authorized representative, to have access at any time to all parts of paving plant. Use satisfactory equipment and construction methods as hereinafter specified. B. Store or stockpile separately various sizes of mineral aggregate as received. Feed various sizes of mineral aggregate to dryer by means of mechanical device that will give a uniform and constant feed of each size incorporated to control temperature and grading of mineral aggregate. C. Dry mineral aggregate in such manner that finer particles will not escape with furnace gases. Heat aggregate in a suitable apparatus which provides continuous agitation during heating. Provide efficient and positive control of temperature so that aggregate is not damaged and mixture produced has a temperature between 250° F and 375° F. Provide recording thermometer which will record temperature of aggregate as it leaves dryer. Equip recording thermometer with a double-pen in order to record both temperature of rock and temperature of asphalt incorporated in batch. Record temperatures on 24-hour charts. Furnish dryer or dryers of sufficient size to dry and heat amount of aggregate required to keep plant in continuous operation. D. Bin sizes and screening capacity sufficient to screen and store amount of aggregate • required to properly operate plant and keep plant in continuous operation at full capacity. Bins to contain sizes of aggregate as specified in Article 340.4, "Equipment", Subarticle, "Screening and Proportioning", of the Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges, 1993 Edition. 1. Provide bins with tight cut-off gates so that there is no leakage of mineral aggregate or mineral filler into weigh box. 2. Weigh box for mineral aggregate of sufficient capacity to hold a complete batch of aggregate and mineral filler without wasting or leveling by hand, and so designed with opening in top that, if in charging, an excess of one size of mineral aggregate is introduced into box, it may be removed by operator. 3. Provide weigh box with a close fitting and quick operating cut-off gate so that there is no leakage of mineral aggregate into mixer. E. Scales: Scales for weighing mineral aggregate and asphaltic material shall equal the weighing equipment used at stationary commercial asphaltic concrete plants as approved by the Engineer. 1. Scales of multi-beam type to have sufficient weighing beams to weight each grade of aggregate separately and also filter dust separately. 2. Furnish scales with tare beam for balancing. • K3303 - 3/7 Std. 10/13/2005 0 3. Equip beam scales with a tell-tale dial indicator of springless dial type indicating over and under load of at least 50 pounds. Scales that are not accurate within 4 pounds per 1,000 pounds net load will be considered unsatisfactory. 4. In case vibration of plant interferes with accurate weighing, insulate scales satisfactorily against shock or vibration. F. Provide ample asphalt cement storage to meet requirements of Plans. Heat asphalt cement in storage by steam coils, absolutely tight to prevent leakage of moisture into asphalt. Temperature of steam for heating not in excess of 400° F. No direct fire heating of asphalt permitted. Agitation of asphalt with steam or air not permitted. 1. Provide steam heating system of type and capacity as to insure maintaining asphalt cement at a uniform draw-off temperature at asphalt cement bucket of between 275° F to 375° F. Maintain temperature with an efficient and positive control of heat at all times. Any asphalt cement heated above 375° F, either before or during mixing with mineral aggregate, will be rejected. 2. Use quick cut-off type draw-off valve at asphalt cement bucket that will not leak any asphalt into bucket after required weight of asphalt cement has been drawn. Asphalt supply line of circulating type, and equipped with recording thermometer indicating temperature of asphalt at draw-off valve. Recording thermometer may be combined with recording thermometer used in recording temperature of aggregate by using a double-pen recorder. 3. Asphalt cement weigh bucket of type from which asphalt will flow into mixer for III approximately full width of mixer so as not to deposit asphalt cement in one place in mixer. Scales for weighing asphaltic cement of springless dial type arranged for quick adjustment at zero to provide for change in tare. Provide pointer to indicate weight of asphalt cement required in one batch. G. Mixer of twin-pug-mill type and capacity of not less than 3,000 pounds in single batch. Number and position of blades such as to give a uniform and complete circulation of batch in mixer from center to four ends of mixer arms and back to center. Mixers which tend to segregate mineral aggregate or fail to secure thorough and uniform mixing with asphalt cement and filler dust will not be used. Determination of thorough and uniform mixing will be made by mixing standard batch for required time and then dumping batch and taking samples from different parts of batch. Samples will be tested by extraction test and must show that batch is uniform throughout, or otherwise mixer will be rejected. 1. Provide mixers with an automatic time lock on discharge gates of mixer and weight box and lock for a period of 45 seconds after all of mineral aggregate has been introduced into mixer. 2. When discharged, mixture to have a temperature of 300° F to 375° F. 3. Dump door or doors of mixer to be tight to dry mineral aggregate or dust so that there is no spilling from pug mill. • K3303 -4/7 Std. 10/13/2005 III 4. In introducing batch into mixer, introduce mineral aggregate first, then thoroughly mix for a period of five to ten seconds before asphaltic cement is added. 5. Continue mixing for required time, or longer if necessary, to produce a mixture of uniform consistency. PART 3 - EXECUTION 3.01 CONSTRUCTION METHODS A. General 1. Construct pavement on previously completed and approved subgrade, base, existing pavement, bituminous surface or in case of a bridge, on prepared floor slab. 2. Place no asphaltic mixture or tack coat when air temperature is below 50° F and is falling. Asphaltic mixture or tack coat may be placed after air temperature is above 40° F and is rising, provided temperature is taken in shade away from artificial heat. Place no asphaltic mixture or tack coat when weather conditions, in opinion of Engineer, are unsuitable. B. Tack Coat: Thoroughly clean surface of base or surface of concrete bridge, as applicable, by brooming with wire brushes before asphaltic surface mixture is laid. III When tack coat is shown, or if directed, give base an application of cut-back asphalt applied as directed with an approved sprayer and at rate not to exceed 0.05 gallon residual asphalt per square yard of surface. Cut-back asphalt as specified under Article 2.01, Paragraph E, or made by combining 50 percent of asphaltic material as specified and 50 percent gasoline. C. Laying Materials 1. Haul asphaltic concrete mixture, heated and prepared as specified, to site of work in tight vehicles previously cleaned of all foreign materials and, if considered necessary, covered with canvas of sufficient size to protect entire load. Arrange dispatching of vehicle so that all material delivered may be placed and receive its initial rolling in daylight. Lay mixture only on an approved base course, which has been tack coated as previously specified and free from all foreign materials. Paint contact surfaces of curbs and structures and all joints with thin uniform coating of cut-back or emulsified asphalt as required for tack coating. Lay mixture at temperature of 250° F to 375° F and spread and compact, using an approved finishing machine. Use finishing machine capable of producing finished surface that conforms to required typical sections and surface tests. Areas not accessible for finishing machine may be hand spread and shaped when approved. III K3303 - 5/7 Std. 10/13/2005 • 2. Use approved finishing machine of screeding and troweling type. If necessary, use forms adequate to control lateral thrust due to rolling. If a finishing machine designed to run on forms is used, operate it on header curb, steel forms, or rigid steel faced forms approved by Engineer. Set forms to line and grade. 3. Oil or saturated solution of hydrated lime may be used for lubricating shovels and trucks to facilitate handling of asphaltic materials. Use of an excessive amount of either material is not permitted. 4. Adjacent to flush curbs, gutters, liners, and structures, finish mix uniformly high so that when compacted it will be slightly above edge of curb or flush structure. 5. When Plans require application of a non-skid surface of asphaltic concrete pavement, spread Type "B", Type "C", Type "D" or Type "E" mix, as specified, so that after lightly rolling, it has a finished thickness of approximately 3/8 inch less than completed thickness of pavement shown. After this course has been laid, spread mixture specified as Type "F" with sufficient thickness so that, after receiving ultimate compression, compacted pavement complies with requirements of typical cross-sections shown, but in no case will weight of Type "F" mixture be less than 35 pounds nor more than 50 pounds per square yard of surfacing. 6. While still hot, and as soon as it will bear roller without undue displacement or hair cracking, compress surface thoroughly and uniformly with an acceptable power-driven 3-wheel roller weighing not less than 10 tons. Weight on two rear wheels of roller obtained by power-driven tandem roller weighing not less than eight tons. a. Start rolling longitudinally at sides and proceed toward center of pavement, overlapping on successive trips by at least one-half of width of rear wheels. Alternate trips of roller to be slightly different in length. If necessary, subject pavement to diagonal rolling in each direction with tandem roller; second diagonal crossing lines of first. If width of pavement permits, roll at right angles to center line. b. Continue rolling until no further compression can be obtained and roller marks are eliminated, and at rate of not more than 20 tons of mixture per hour for each roller used. c. Motion of roller to be slow enough to avoid displacement of hot mixture. Correct any displacement occurring as a result of reversing direction of roller, or any other cause, by use of rakes and of fresh mixture where required. Roller must not stand on completed pavement which has not cooled to normal atmospheric temperature. To prevent adhesion of surfacing mixture to roller, keep wheels moistened with water; but an excess of water will not be permitted. 7. Along curbs, headers, and similar structures, and at places not accessible to roller, or in such positions as will not allow thorough compaction with roller, compact mixture thoroughly with lightly oiled tamps. • K3303 - 6/7 Std. 10/13/2005 S 8. Surface of pavement after compression to be smooth and true and conform to line, grade and typical cross-sections shown. No deviation in excess of 1/8 inch per foot from nearest point of contact when surface is tested with a standard 10-foot straight-edge laid parallel to center line of roadway. Maximum ordinate measured from face of straight-edge not in excess of 1/4 inch at any point. Immediately correct any areas of surface not meeting these requirements. a. Roll mixtures until course is unyielding and true to established grade and cross-section. 9. Place surface course as nearly continuous as possible. Allow roller to pass over unprotected end of freshly laid mixture only when laying of course is discontinued for such length of time as to permit mixture to become chilled. In such cases, when work is resumed, material laid must be either cut back so as to produce a slightly beveled edge for full thickness of course or make a suitable lap joint. a. Remove old material which has been cut away and lay new mix against fresh cut. If desired, a stout rope may be stretched across pavement where joint is to be made. When work is resumed, cut materials laid back to rope. Remove altogether with surplus material, and lay fresh mix against joint thus formed. b. Hot smoothing irons may be used for sealing joints, but in such cases, exercise extreme care to avoid burning surface. 10. Except in an emergency, or where shown, open no portion of finished wearing course to traffic until twelve hours after completion of rolling. 5 3.02 MEASUREMENT AND PAYMENT A. Measurement: Measure work covered by this Item by ton of 2,000 pounds. Measurement by weight will be made on truck scales as previously specified. 1. Records will be kept on tare load, total load, and net load of asphaltic concrete for each load of same. 2. Measure cut-back or emulsified asphalt used in tack coat by gallon of material actually used on street for this purpose. Measurement taken at point of delivery on street. B. Payment: This Item, measured as provided above, will be paid for at unit contract price bid per ton as set forth in PLANS and PROPOSAL for "Hot Mix Asphaltic Concrete Surfacing", which price will be full compensation for quarrying, furnishing all materials, for all heating, mixing, hauling, placing asphaltic mixture, rolling and finishing, for all labor, tools, equipment, and incidentals necessary to complete the work, except work and materials involved in application of tack coats. 1. Work and materials incident to application of tack coats performed and measured as prescribed above will be paid for at contract unit price bid per gallon for"Tack Coat', which price will be full compensation for preparation of existing base course or pavement, furnishing all materials, all hauling, heating, manipulation, and for all labor, tools, equipment, and incidentals necessary to satisfactorily apply tack coats. • K3303 - 7/7 08/03/2004 • ITEM NO. L3001 - ELECTRICAL CONSTRUCTION PART 1 - GENERAL 1.01 DESCRIPTION A. Extent of Work: Furnishing all plant, labor, materials, equipment, supplies, supervision, and tools, and performing all operations in connections with the furnishing, installation, testing and placing in service of all related electrical work specified herein, and within other Items in the Technical Specifications B. Quality Assurance 1. Comply with all National Electric Code (NEC) requirements, local ordinances, State and Federal Regulations as applicable to this project 2. Manufacturer: Furnish products of manufacturers named unless otherwise approved in writing 1.02 SUBMITTALS A. Tabulated Data: Furnish tabulated data for all products to be installed where same are exactly as described herein. B. Catalog Data: Furnish catalog cuts indicating exact models to be furnished, if not covered by "A"above, including the following: ill 1. Wires and Conduit 2. Push button stations 3. Lighting panelsz 4. Devices 5. Dry-type transformers 6. Safety switches 7. Circuit breakers 1.03 STORAGE AND HANDING Maintain materials and equipment in like-new condition. This includes use of heat lamps and suitable coverings to prevent accumulation of construction dirt and excess condensation PART 2 - PRODUCTS 2.01 MATERIAL AND FEATURES A. Conduit- Above Ground 1. Rigid Conduit: Mild steel, hot dipped galvanized, produced according to A NSI C80.1-71, Underwriters' Laboratories (UL) labeled. IIII L3001 - 1/6 08/03/2004 • 2. Rigid aluminum conduit to conform to N.E.C., Underwriters' Laboratories Standard UL-6 and ANSI C80.5-66. Manufacture of No. 6063 alloy, temper design T-1. Fittings of same material. 3. Flexible Conduit: "Sealtite," type US, by American Brass Company or Anaconda. 4. Conduit Fittings: Crouse Hinds, Appleton, or Killark. 5. Plastic Conduit: Type 40 heavy wall 90° C wire rated polyvinyl chloride (PVC) conduit. UL rated, No. 651, conform to NEMA Standards TC-2-75, and listed in conformity with article 347 of NEC. B. CONDUITS - BELOW GROUND 1. Transite Korduct type I, PVC power and communications duct tape EB. 2. PVC type 40 heavy wall 90° C wire rated; same as A-5 above. 3. Republic Galvibond, Rob Roy Plastibond with polyvinyl chloride coating fused to the surface with minimum thickness of 40 mils. All fittings and couplings to be coated to same specifications.Comply with NEMA No. RNI - 1-74 (TYPE A). C. WIRE AND CABLE 1.Conductors: Soft annealed copper wire covered with continuous coating of tin or lead alloy. 2. 600 volts AC or less. a. Wire and Cable in Dry Locations: THW,75° C rating, Insulation to be PVC II (polyvinyl chloride) compound meeting UL Standard 83; UL listed cable. b. Wire and Cable in Wet Locations: Type RHH, RHW, USE,FR-1: insulation, ethylene-propylene 90° C elastometer and vulcanized chloro-sulfonated polyethylene based compound outer jacket. Insulation to meet all NEMA WC8-76 for ethylene propylene rubber insulation, ASTM D 2802-72 and UL Stanaard 44-76. Outer jacket to meet or exceed all requirements of NEMA WC3-69 section for heavy duty chloro-sulfonated-polyethylene. Cable to be UL listed 75° C for wet locations. c. Control Cable: 600 volt EPR insulated hypalon with overall hypalon jacket, UL labeled type TC. 3. 250 Volts D.C. or Less a. Wire and Cable: Type RI-H, RHW; rated for 2000 volt AC. Insulation: Ethylene-propylene base insulating compound and to meet NEMA WC8-76 and UL Standard 44-76. Outer jacket: Vulcanized chloro- sukfibared-polyethylene based compound and to meet or exceed NEMA WC3-669 for heavy duty chloro-sulfonated-polyethylene, UL listed 75° or 90° C as applicable. Manufacturer: Okonite, Anaconda, G.E., Triangle, or Phelps-Dodge. b. Outlet Box Wire Connectors: Scotchlock, T&B, or Ideal. c. Tapes: Scotch No. 33 or Plymouth plastic, UL listed. C. Push Buttons Stations and Selector Switches 1. Heavy-Duty Pushbutton Stations and Selector Switches: G.E. Class CR 2950, 1111 L3001 - 2/6 08/03/2004 41111 • Westinghouse Class OT or Crouse Hinds. 2. Indoor stations in NEMA I enclosures. 3. Outdoor Stations: Where shown as "WP," in cast iron or aluminum,NEMA IV enclosure D. Lighting Panels;Plug-in type circuits breakers; capacity as shown, Square D,type NQO, G.E., Westinghouse, Cutler-Hammer, Allen-Bradley, or I-T-E. E. Light Switches 1. 20 ampere, 277 volt 2. Bryant 4901, or P&S 20 AC1, single pole. 3 Bryant 4902, or P&S 20 AC2, double pole. 4. Bryant 4902, or P&S 51 AC3,three way 5. Brown bakelite cover in offices and laboratories, and dry, indoor locations, where flush mounted. 6. Crouse-Hinds DS185, or Appleton FSK-IVS cover in damp locations,where plans indicate WP. 7. Crouse-Hinds DS32, or Appleton FSK_ITS-C cover where surface mounted, with FS conduit box. F. Receptacles 1. Nonweatherproof: Bryant 5262, or P&S 5262, grounding type, brown bakelite cover. 2. Weatherproof: Bryant 5261, or P&S 5261, spring cover and FS conduit box. G. Lighting Transformers: 1. Two 5%taps below 2. 80° C temperature rise. 3. Westinghouse, type EP pr EPT, G. E.type Q M or Q L, or equivalent by Sorgel or Marcus. 4. Standards: NEMA ST-20-72,ANSI C89, 1-74, UL 506-76 H. Safety Switches: 1. Switches: General purpose, heavy-duty, with visible blades and safety handle. Square D type H200 and H300, Westinghouse type F and H4, or equivalent by Cutler-Hammer or I-T-E. 2. Enclosures as indicated on PLANS, weatherproof(WP) to be NEMA 3R- Raintight, Watertight(WT)to be NEMA 4, Indoor-NEMA 1 or NEMA 2 as indicated. H. Enclosed Circuit Breakers-Molded Case 1. Where shown on PLANS use enclosed molded case circuit breakers. 2. Minimum size, 150amp frame with symmetrical current interruption rating as follows: 240 V.A.C. -14,000, 600 V.A.C. - 14,000. 3. Enclosures as indicated on PLANS and in accordance with nomenclature for switches in item"H" above. 4. Manufacturer to be Westinghouse,G.E., Square D, I-T-E, or Cutler-Hammer. L3001 - 3/6 08/03/2004 • PART 3 -EXECUTION 3.01 GENERAL A. Install all equipment and material in accordance with recommendations of each equipment manufacturer. B. Use only workmen skilled in this type of work. 3.02 INSTALLATION A. Rigid Steel and Aluminum - Above Ground 1. Installation Practices: AISI Handbook "Steel Electrical Raceways" for both steel and aluminum. 2. Sleeves through footing for exterior runs to be "OZ" Series FSK, WSK, Gand W, or 3M. 3. Exposed raceways to be installed parallel or perpendicular to walls, structural members of intersections, or vertical planes and ceilings. 4.Screw clamp backs to be used with conduits run on walls or ceilings. 5. Place an approved (OZ, Crouse-Hinds,Appleton) expansion fitting where crossing building expansion joints III B. Plastic Conduit- above ground 1. Where specifically shown on PLANS, and always in chlorine rooms, use PVC schedule 40 heavy-wall conduit installed in accordance with manufacturers recommendations. C. Conduits - Below Ground 1. Transite Korduct type I, PVC power, and communication duct type EB. a. Encase in Class B concrete, minimum 24-inch cover, 2 inches between conduits, 3-inch clearance to outside of envelope. Concrete to be red as poured it upper 3 inches to have red dye sprinkled in mixture during pour and on top to assure red coloring. b. Reinforced conduit bank with one No. 3 reinforcing rod for 1 to 3 conduits, and two No. 3 reinforcing rods for 4 plus conduits. c. Grade conduits to pull boxes or manholes d. Draw cleaning mandrel and rag through conduits before installing conductors. 2. Where specifically shown on PLANS, use Republic Galibond rigid conduit installed in accordance with manufacturer's recommendations. 3. Install markers for underground conduit at the beginning and ending of run, one marker every 100 feet in a straight line run, and one marker at direction changes. markers to be concrete 12 inches square and 6 inches deep, Top to have "E" cast in concrete. Set top 1 inch above finished grade. D. Wire and Cable III L3001 -4/6 08/03/2004 • 1. Size:Not smaller than No. 12 AWG, except control wire to be No. 14 AWG, or No. 12 AWG stranded as indicated on PLANS. 2. Strandings:No. 10 or larger to be stranded 3. Branch circuit grounding conductors in conduit to be installed unless otherwise noted. 4. ColorCoding: In accordance with NEC for color cod control wires. 5. Connections and Splices in Dry Locations: 600 Volts AC and below. Connect to equipment(except motor terminals)with pressure connectors.Use compression lugs at motor terminals. Use compression sleeves for splices of No. 8 AWG and larger. Use electrical springs connectors (Scotchlock or 3M) for connections and wire joints in lighting and receptacle outlet boxes, and control junction boxes with terminal strips. Maximum wire size No. 8 for spring connectors. Cover all splices, joints, and free ends of conductors with insulation equivalent to that of conductors or with insulating device suitable for the purpose. 6. "Meg"Circuits and Equipment: Report results, in writing, to Engineer. Replace all\ circuits and equipment megging one megohm or less. E. Lighting Panels 1. Top operating handle not to exceed 6 feet and 6 inches from finished floor. 2. Label all circuits on director card with embossing tape prior to job completion. F. Mounting Heights for Light Switches and Receptacles • 1.Light Switches: 4 feet and 6 inches from finished floor 2. Receptacles: 18 inches above floor in offices and laboratories (except where installed in counter splashbacks or above)and 4 feet and 6 inches in all other places. G. Lighting Transformers: Size and mounting shown on PLANS. H. Safety Switches: Where shown on PLANS and required by NEC. Use safety disconnect switches, fused or unfused as indicated Grounding System: As shown on PLANS and required by NEC. Use 3/4-inch copperweld ground rods, minimum length of 10 feet. Braze wire to electrodes and braze tops, or use "Cadweld" process. Coat brazed or "Casweld" connections with Kopper Bitumastic No. 505 or equivalent coal tar pitch coating. J Flexible Conduit Connections: Minimum of 2 feet to be provided for equipment subject to vibration or movement and to all motors. Arrange to facilitate motor removal. 3.03 MEASUREMENT AND PAYMENT No separate payment for work performed under this Item. Include cost of same in contract prices bid for items of which this work is a component. L3001 - 5/6 Section 11350A - Sludge Handling and Treatment Equipment • (Port Acres WWTP) Part 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required. Manufacture, assemble, shop test, deliver and install complete package centrifuge system for processing of water/wastewater treatment sludge at the Port Acres WWTP in Port Arthur,Texas. B. Each package centrifuge system shall be a complete unit. C. All equipment specified herein shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with drawings and specifications, engineering data, instructions and recommendations of the equipment manufacturer. The package centrifuge system shall be the product of suppliers regularly engaged in the design and manufacture of centrifuges and shall be specifically designed for the intended conditions of service. Appurtenant equipment shall be new and shall be designed, fabricated and assembled in accordance with the best engineering and shop practices. Individual parts shall be manufactured to standard sizes and gauges. Components of the centrifuge shall be designed for the • stresses that may occur during fabrication, shipping, erection, or maintenance. Materials shall be suitable for service conditions and as described herein. • 1. The package centrifuge system manufacturer will be responsible for providing a complete centrifuge system, as described herein, and for delivering the equipment to the job site as directed by the Owner or its authorized representative. 2. The equipment shall be installed by an installing contractor. However, the manufacturer will be responsible for off-loading the equipment. The Owner is responsible for providing any temporary storage in accordance with the manufacturer's recommendation for storage and installing the equipment in place. Installation will be performed by an installing contractor and will include mounting the unit, piping the unit, and providing power to the panels and all interconnected wiring and piping required between various components. 3. The package centrifuge system and the controls shall each be tested prior to shipment. City of Port Acres WWTP • 11350- 1 ADDENDUM No. 1 Section 11350A - Sludge Handling and Treatment Equipment • (Port Acres WWTP) Part 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required. Manufacture, assemble, shop test, deliver and install complete package centrifuge system for processing of water/wastewater treatment sludge at the Port Acres WWTP in Port Arthur, Texas. B. Each package centrifuge system shall be a complete unit. C. All equipment specified herein shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with drawings and specifications, engineering data, instructions and recommendations of the equipment manufacturer. The package centrifuge system shall be the product of suppliers regularly engaged in the design and manufacture of centrifuges and shall be specifically designed for the intended conditions of service. Appurtenant equipment shall be new and shall be designed, fabricated and assembled in accordance with the best engineering and shop practices. Individual parts shall be manufactured to standard sizes • and gauges. Components of the centrifuge shall be designed for the stresses that may occur during fabrication, shipping, erection, or maintenance. Materials shall be suitable for service conditions and as described herein. 1. The package centrifuge system manufacturer will be responsible for providing a complete centrifuge system, as described herein, and for delivering the equipment to the job site as directed by the Owner or its authorized representative. The Contractor will be 0 responsible for off-loading the equipment. 2. The equipment shall be installed by an installing contractor. The Owner is responsible for providing any temporary storage in accordance with the manufacturer's recommendation for storage and installing the equipment in place. Installation will be performed by an installing contractor and will include mounting the unit, piping the unit, and providing power to the panels and all interconnected wiring and piping required between various components. 3. The package centrifuge system and the controls shall each be tested prior to shipment. City of Port Acres WWTP 11350- 1 ADDENDUM NO. 1.PAGE 7 OF 32 JUNE 9.2014 ADDENDUM No. I • 4. The equipment will be shipped in a minimum number of components; one unit shall be the package centrifuge system skid assembly complete with centrifuge, main drive and back drive, control panel, one unit shall consist of the polymer feed unit, sludge feed pump, and grinder/macerator, and one unit shall be the conveyor assembly. 5. The skid assembly frame shall be fabricated from carbon steel to be painted or galvanized steel. ^ 1.02 SYSTEM DESCRIPTION A. General 1. The package centrifuge system specified herein shall include; a counter-current design, horizontal, solid bowl type centrifuge, grinder/macerator, progressive cavity sludge feed pump, polymer system, screw conveyor,control panel, and valves. The bowl of the centrifuge must be removed vertically from the frame and casing. Sludge feed to the centrifuge will be supplied by existing pumps at 1111 the plant. The package centrifuge system shall be supplied with piping and valves necessary to allow pumping through the progressive cavity sludge feed pump included on the skid in by- pass mode. 2. Each centrifuge shall be continuously fed sludge which will pass through a grinder/macerator before being conditioned with polymer and then pumped a progressive cavity type feed pumps. The sludge shall be fed into the center of the centrifuge rotating assembly where the solids are thrown against the wall of the bowl, which is rotating at high speeds thus generating high centrifugal forces. An internal screw conveyor shall continuously move the solids deposited against the bowl wall to one end of the machine where they are plowed up a beach and discharged out through a solids discharge chute. The cake shall discharge onto cake conveying equipment. The clarified liquid shall continuously flow over adjustable weirs at the other end of the machine where it discharges into a centrate chute that connects to plant piping. The centrifuge shall be provided with a backdrive to vary the speed of the conveyor to optimize sludge processing. • City of Port Arthur Main WWTP 11350-2 ADDENDUM NO 1, PAGE 8 OF 32 JUNE 9,2014 ADDENDUM No. 1 B. System Responsibility S I. All package centrifuge systems specified herein shall be furnished by the same manufacturer. 2. The package centrifuge system shall be preassembled with the contractor responsible for connecting the sludge feed piping, polymer feed line, flush water piping, power, centrate piping, and conveyor. The contractor shall also be responsible for all electrical connections to the skid. C. Design Requirements 1. The centrifuges shall be capable of processing typical water or wastewater treatment sludge. 2. The sludge shall be as described herein: a: Feed Type: Positive displacement cavity pump-netzsch 45-60 gpm (primary existing feed pumps); included cavity pump (by-pass secondary) b: Feed Concentration (%T.S.): 2.5-5% c: Sludge Type/Blend (Ratio w:w): Aerobically digested municipal sludge d: Total Volatile Solids (%T.V.S.): Assumed to be less than • 60 e: pH: 7.0 f: Temperature(°F): 92° F 3. The centrifuges shall be manufactured to meet or exceed each of the following physical parameters: a. Nominal inside bowl diameter, (in): 17 b. Minimum bowl length, (in): 69 c. Operating centrifugal force (at inside bowl wall diameter): 2,976 G minimum 4. The water supply available at each unit shall be as follows: a. Bowl Flush: 25 GPM up to feed rate b. Polymer: 30 GPM @ 45 psi (minimum) c. CIP Flushing: 7 GPM d. Temperature: Ambient(40 - 90° F) 3 City of Port Arthur Main WWTP 11350-3 ADDENDUM NO. 1,PAGE 9 OF 32 JUNE 9,2014 ADDENDUM No. I D. Performance • . When processing sludge with characteristics as specified above, each centrifuge shall be capable of exhibiting the following process parameters: a. Sludge Feed Rate (gpm)exclusive of polymer: 45-60 gpm b. Solids Rate(d-lbs/hr): 500-1000 lb/hour c. Percent Cake Solids (%T.S.): 23-30% d. Percent Recovery (%T.S.S.): >97% e. Polymer Dosage(active lb/dry ton): 10-20 lb/dry ton 1.03 WARRANTY A. Warranty 1. Each unit shall be warranted to be free from defects in materials and workmanship for a period of twelve months after successful completion of Acceptance Testing, beneficial use, or for a period not to exceed eighteen months from delivery, whichever occurs first. The warranty shall cover all repairs for all systems furnished by the manufacturer. Manufacturer shall repair or replace, at its option, any such equipment found to be defective, provided written • notice of the alleged defect is received within twelve months after successful completion of Acceptance Testing, beneficial use, or for a period not to exceed eighteen months from delivery. 1.04 SUBMITALS A. Submit the following: 1. Installation and dimensional drawings certified correct for the specific application, showing details of construction, dimensions and anchor bolts. 2. General Information: a. Typical description of operations. List component identification on schematic diagrams. Identify all inputs/outputs to PLC. b. Operating and maintenance manuals shall be written in U.S. standards. Operating and maintenance manuals will be specific to equipment purchased. 4 • City of Port Arthur Main WWTP 11350-4 ADDENDUM NO. 1, PAGE 10 OF 32 JUNE 9,2014 ADDENDUM No. 1 c. All drawings and data marked to show only items • applicable to work. Show all data, bill of materials, rated capacities, material of construction, and all feed and discharge piping arrangements. Show details of construction dimensions, and anchor bolt locations. d. Recommended cleaning instructions,procedures and safety precautions for equipment. Provide detailed cleaning instructions for particular cleaning system specified. e. Control Panel shop drawings to include: 1) Outline 2) AC schematics 3) Equipment interconnect drawings 4) Bill of materials 5) Sequence of operations including list of functions monitored, controlled, and alarmed. f. Setting plans with tolerances for anchor bolts. g. Supplied tools and spare parts. h. List of recommended spare parts not supplied. i. Typical installation inspection report. j. Test reports that certify that most severe service abrasion resistant materials supplied are in accordance with ASTM G65, Procedure A abrasion test. FMC Corporation, Colorado School Of Mines, Kennametal, Inc., and the • Falex Corporation have laboratories qualified to perform this test. At a minimum the report should include the following: 1) Typical material analysis 2) ASTM standards 3) Manufacturer's name k. Recommendations for both short and long term storage of each major component. I. Weights and lifting points of all equipment. m. Identify any special handling requirements. n. Shop and field testing procedures. o. Training lesson plan 1.05 CENTRIFUGE SELECTION A. Equipment approved for this project includes Andritz D5L High Performance Centrifuge or Alfa Laval Series ALSYS G2 75 High Performance Decanter Package System, or approved equal. 5 1111 City of Port Arthur Main WWTP 11350-5 ADDENDUM NO 1 PAGE 11 OF 32 JUNE 9,2014 ADDENDUM No. 1 B. Alternate manufacturers, will be considered, as Approved by the Engineer, 411 if deemed in the interest of the Owner. The approval process shall include as a minimum, the noted information in Paragraph 1.04. 1. Contractor is responsible for all costs associated with design changes and site work required for alternate centrifuges proposed. Part 2 PRODUCTS 2.01 GENERAL A. The package centrifuge system shall be designed to handle the sludge specified above. The package centrifuge system shall be capable of continuous (or intermittent) operations with minimum of maintenance. B. The package centrifuge system shall be equipped with: 1. Centrifuge with; Vibration isolators, drive motor, backdrive system, gear reducer, and vibration switch. 2. Control Panel (NEMA 4X Control/VFD—Starter Panel including AC System) 3, Grinder/Macerator 4. Sludge feed pump • 5. Polymer system 6. Solids Auger Conveyor(20 foot) 7. Painted carbon steel or Hot Dipped Galvanized steel frame 8. Vibration monitoring 9. Main bearing temperature monitors 10. Skid Piping, Valves, and Flow Meter 11. Flexible Process Connections(polymer, sludge,and water) 2.02 CENTRIFUGE A. Bowl 1. The bowl shall be manufactured from centrifugal castings of type 316, 317 or duplex stainless steel, and designed to operate at a minimum of 2,976 x G at the inside bowl wall diameter for maximum process flexibility and reliability and to withstand all centrifugal forces encountered at design operating speeds with adequate safety factors. Rolled and welded or static cast bowels shall not be allowed. The bowl shall be inspected for cracks, shrinkage,porosity, or other defects. 6 • City of Port Arthur Main WWTP 11350-6 ADDENDUM NO. 1.PAGE 12 OF 32 JUNE 9 2014 ADDENDUM No. 1 2. Nominal bowl thickness of the cylindrical and conical sections will 4111 be a minimum of 0.43 inches. The front and rear bowl hubs shall have a minimum nominal thickness of 1.18 inches and 0.91 inches respectively. The centrifuge bowl shall be supported by roller bearings mounted in pillow blocks and fitted for convenient external lubrication. Main bearings shall have a calculated life of at least 100,000 hours at standard operating speeds in accordance with DIN ISO 281 requirements or SKF new life bearing calculations. 3. Flow through the centrifuge shall be counter current such that there are no centrate tubes to maintain. Pool depth shall be readily adjustable via weir plates located at the large diameter end of the bowl that do not require removing the rotating assembly from the frame. Solids shall be discharged at the small diameter end of the bowl. B. Scroll Conveyor 1. Each centrifuge shall include a stainless steel of type 316, 317 or duplex stainless steel horizontal conical-cylindrical scroll conveyor equipped with helical flights independently mounted concentrically within the bowl. The scroll shall utilize a differential speed to convey solids from the cylindrical section to the conical section and out of the bowl with a minimum disturbance to the pool, and to the maximum advantage of the variable speed backdrive described in this section. The scroll conveyor shall be supported on grease lubricated anti-friction ball or roller bearings sealed from process contamination. 2. The edge and the face of the conveyor flights shall be protected from wear as described in the abrasion protection section, paragraph 2.03.H. 3. The scroll conveyor shall be designed such that the feed leaving the feed tube is accelerated in a feed zone. The feed shall be evenly discharged into the bowl via feed ports. The flights on the conveyor shall be designed with flow equalization windows to allow axial flow of centrate for minimum disturbance to the pool and maximum settling of fine particles. 7 • City of Port Arthur Main WWTP 11350- 7 ADDENDUM NO. 1,PAGE 13 OF 32 JUNE 9.2014 ADDENDUM No. 1 C. Gear Box • 1. The centrifuge shall be equipped with a two-stage planetary gearbox to provide control of the differential speed between the centrifuge bowl and conveyor. The gear unit shall have a torque capacity of 8 kNm. 2. Lubricating oil is self-contained and shall be high performance gear oil. 3. The gearbox shall be independently balanced from the centrifuge, and interchangeable. Each gear unit should be protected from damage due to high torque overload. 4. A thermal overload protection device in the motor shall not be considered as providing for sufficient protection for the gear unit. D. Frame and Casings 1. The rotating assembly and bearings of the centrifuge will rest on a steel frame. 2. The frame and casing shall be supplied on a modular frame and shall be fabricated from structural tubular steel and shall contain no • weighted aggregate.. The modular frame shall support both the A drive motor and backdrive and shall provide a minimum clearance of 18 inches from floor to the casing solids and liquid discharge openings. The casing assembly will be provided with a 316 stainless steel or Fiberglass Reinforced Plastic upper casing, specifically designed for rigidity and noise reduction. The case shall be designed to act as a protective guard and to provide a complete enclosure for odor containment. The casing top shall be gasketed. 3. The bottom of the casing shall be fitted with a flexible splashguard for cake discharge. The liquid discharge shall be fitted with a flexible connection fitted with a 6 inch male camlock connection for the centrate. The lower casing shall be fabricated from carbon steel with stainless steel cladding on the wetted parts. 4. The case top shall be hinged (left or right sided) or removable bolted in place, and be equipped with a cover switch so the centrifuge cannot be started when the cover is open. 8 • City of Port Arthur Main WWTP 11350- 8 ADDENDUM NO. 1,PAGE 14 OF 32 JUNE 9,2014 ADDENDUM No. I 5. Vibration isolators for the drive motor and backdrive shall be supplied as required. Conduit boxes for all centrifuge mounted switches, except those specifically related to the main drive motor, shall be mounted on the base. E. Feed Tube I. Sludge shall be fed to the centrifuge by means of a progressive cavity sludge feed pump designed to minimize turbulence and pulsation. The minimum inlet pressure to the centrifuge shall be 10 psig at 100 gpm (when used on water with viscosity of 1 Centipoise). 2. The feed connection to the centrifuge shall be a 4 inch 150 lb. male camlock connection. The feed tube will be constructed of stainless steel or a fiberglass and stainless steel combination and include a three-quarter inch NPT connection for polymer. 3. The feed flow to the centrifuge shall be monitored by a magnetic flow meter. F. Drive System 1. The bowl drive system shall consist of an electric motor and a belt • drive system. The belt drive system shall consist of multiple belts as required to provide full capacity and also to withstand the full starting torque of the system. Belt guards will be constructed of fiberglass or stainless steel. 3. The drive system shall use one motor for the bowl drive and a separate back drive motor for differential adjustment. G. Backdrive System 1. Each centrifuge shall be furnished with a complete direct drive back drive system to control differential speed between the conveyor and the bowl. The back drive shall provide an infinitely adjustable differential speed variation over its range of operation. 2. Each back drive system shall be furnished with all the required instrumentation and electrical controls to meet the operating requirements of this specification. Back drive guards will be constructed of fiberglass. 3. Back drives utilizing hydraulic drive, or water cooled units will not be acceptable. • 9 City of Port Arthur Main WWTP 11350-9 ADDENDUM NO. 1,PAGE 15 OF 32 JUNE 9,2014 ADDENDUM No. 1 H. Abrasion Protection 1. In order to minimize wear due to abrasive materials in the feed, replaceable hard surfacing shall be provided at all points where the abrasive action of the sludge will cause wear on the metal parts of the centrifuge. The following shall be considered a minimum degree of hard surfacing required. a. Bowl Wall: The bowl wall and conical extensions shall be protected with minimum of eight(8) machined grooves and welded ribs designed to trap a protective layer of solids between the bowl wall and the conveyor. b. Conveyor Feed Ports: The conveyor feed ports shall be protected from abrasion by field replaceable tungsten carbide elements. c. Solids Discharge Ports: The solids discharge ports shall be protected from abrasion by field replaceable tungsten carbide. d. Solids Discharge Casing: a replaceable stainless steel or urethane insert shall protect the solids discharge casing. e. Scroll Conveyor Flights: The edge and face of the conveyor flights shall be protected against abrasion from the solids by a series of welded-on sintered tungsten carbide tile assemblies from two wraps beyond the feed zone through the solids discharge end. Each tile assembly shall be weight correct, and consist of a solid sintered tungsten carbide wear part braised to a stainless steel back-up holder. Each assembly shall be individually replaceable and shall include the ability to monitor wear by means of visual inspection. Spray hardsurfacing applied to a back-up plate will not be allowed. The tile assemblies must extend 0.5 inches beyond the radial edge of the conveyor flight. The remaining scroll conveyor edge and face shall be protected from abrasion by flame sprayed hardsurfacing containing a minimum 40% tungsten carbide particle. Ste!lite or ceramic hardsurfaced tiles are not acceptable. 10 • City of Port Arthur Main WWTP 11350- 10 ADDENDUM NO. 1, PAGE 16 OF 32 JUNE 9,2014 ADDENDUM No. 1 NOISE AND VIBRATION • . The centrifuge shall be equipped with noise suppression devices of an energy efficient design, such that the average noise level measured at three (3) feet around the periphery of the complete centrifuge assembly shall not exceed 88 dBA when tested at the manufacturing facility without feed and with the inlet and outlet discharge closed. 2. The centrifuge shall be equipped with an accelerometer type vibration sensors located on each pillow block to protect against excessive vibration. The sensor shall be interlocked with the controls to shut down the centrifuge if excessive vibration is sensed. The sensors shall provide an analog output signal proportional to the vibration magnitude for display and monitoring at the DMS operator interface. 3. The centrifuge, when running without feed, shall be measured for vibration at the manufacturing facility. The vibration shall be less than 6.5 mm/s RMS when measured at the pillow blocks under dry shop conditions. J. LUBRICATION • 1. All bearings on the centrifuge shall be grease lubricated through suitably located grease fittings. 2. Bearing temperature sensors will be provided on each main bearing pillow block, with an analog output signal sent to the DMS for display and monitoring at the DMS operator interface. 3. The gearbox lubrication shall be self-contained and consist of high performance gear oil. K. VIBRATION ISOLATORS 1. The centrifuge shall be mounted on rubber-type vibration isolators. The number and vibration constant of the isolator shall be as recommended by the manufacturer for the load and impact resulting from the operation of the centrifuge provided. There shall be no rigid connections to the centrifuge. 11 • City of Port Arthur Main WWTP 11350- 11 ADDENDUM NO. 1, PAGE 17 OF 32 JUNE 9.2014 ADDENDUM No. 1 2.04 GRINDER/MACERATOR • A. Seepex Macerator Model 110 I with 5.0 HP motor and single acting seal with flushing connection,or approved equal. 2.05 SLUDGE FEED PUMP A. Feed pump included on the package system shall be a Seepex Model BN 52-6L self-priming, positive displacement, progressive cavity pump, 15 HP, capable of discharging 15- 160 gpm at a pressure of 40 psig when pumping sludge at two percent solids concentration, 50 to 80 degrees F, and at a pH of 5.0 to 9.0, or approved equal. Provide fluid detection control including pressure switch, a pressure gauge, and a pressure sensor/isolator to protect pump against pump damage due to overpressure and run dry conditions. Pump, associated piping and valves shall be supplied and mounted such that the pump can be utilized in a by-pass mode. 2.06 POLYMER FEED SYSTEM A. Shall be an automatic polymer preparation and feed system by Norchem n Ancat, Fluid Dynamics, or approved equal. The system shall consist of / \ the following: \ 1. Polymer blending unit designed to meter, dilute, and activate and feed solution or emulsion polymer material automatically with a metered quantity of water. 2. Seepex progressive cavity pump, Model 003-12MD with 0.5 HP SEW gear reducer, or approved equal, for feeding polymer from the polymer tank to the mixing tank. Suction tubing shall be provided from the pump to the polymer tank. 3. Primary and secondary flowmeters for dilution water. 2.07 SLUDGE CONVEYOR EQUIPMENT A. Sludge conveyor shall be a Thomas Conveyor shafted helicoid screw with a 10 HP drive motor, or approved equal. The conveyor is designed to handle centrifuge dewatered sludge cake. The conveyor assembly shall include the drive unit,tube auger, 4"drain, and spiral flights. 1. Spiral Flights a. Minimum 12 inch diameter, 0.188 inch thick continuous flight. • 12 City of Port Arthur Main WWTP 11350- 12 ADDENDUM NO. 1,PAGE 18 OF 32 JUNE 9,2014 ADDENDUM No. 1 2. Tube Auger a. Provide tube auger of Type 304 stainless steel. b. Provide stainless steel supports at the inlet and discharge end, with intermediate supports as required. d. Provide a 4"drain at the lowest end of the conveyor. 2.08 ANCHOR BOLTS A. Anchor bolts shall be sized by the centrifuge manufacturer, and shall be supplied by the installing contractor. Anchor bolts shall be 304 stainless steel. 2.09 STANDARD TOOLS A. One set of the following standard tools to be provided to assemble and disassemble the centrifuge as required by the owner. The following tools shall be supplied as a minimum: 1. 1 set of Special tools including bowl lifter and conveyor lifter. 2. 1 set of lubricants for start-up 3. 1 set of spare 0-rings and seals • 4. 1 set spare drive belts 5. 3 sets of spare plate dams. 2.10 PAINT SYSTEM A. Paint system shall consist of a catalyzed epoxy primer and a top coating of aliphatic acrylic urethane. All carbon steel and cast iron shall be properly prepared and cleaned in accordance with standard practice. Two to three mils of primer and two finish coats each two to three mils shall be applied. Hot Dipped Galvanized members do not need to be painted. 2.11 CONTROLS & MOTORS A. General The control system shall be a NEMA 4X, skid mounted centrifuge operator control panel. B. Centrifuge Control Panel The centrifuge operator control panel/ centrifuge starter/back drive panel shall contain a Decanter Management System (DMS) with an integral Backdrive Controller and Power Loss Ride Through Protection, including • 13 City of Port Arthur Main WWTP 11350- 13 ADDENDUM NO. 1, PAGE 19 OF 32 JUNE 9,2014 ADDENDUM No. I a graphic color interface unit with touch screen, and indicating lights for running, off, and fault indication of all major components, an elapsed time meter, emergency stop push-button, alarm horn, and alarm acknowledge/lamp rest push-button. A duplex 120 VAC receptacle for customer use up to 3 amps, non-inductive loads shall be mounted internal to the enclosure. The skid mounted enclosure shall also containing a main circuit breaker with a through the door handle, a common buss variable frequency drive (VFD) system for the centrifuge back drive, drive motor, polymer feed pump, and a back drive motor blower starter. The VFD system shall be sized in accordance with the centrifuge manufacturer's design requirements and shall be as specified in the variable Frequency Drive section of this specification. The drive system shall be capable of a flying restart after any shutdown including power outage. 1. All components in the control panel shall be completely factory wired. All external control connection points shall terminate on terminal blocks. There shall be a minimum of 10% spare terminal connection points supplied. 2. The enclosure shall be 304 stainless steel. 3. The main circuit breaker shall be a 22,000 symmetrical amp • thermal magnetic breaker sized in accordance with centrifuge system requirements. 4. The centrifuge is monitored and the backdrive is controlled by the integral Backdrive Controller (B.C.), which controls delta rpm in the speed control mode, and scroll torque in the automatic control mode. The unit also provides digital display of bowl speed, pinion speed, delta rpm, vibration, bearing temperature, and torque. Applicable set point values are entered via touch screen. 5. Control logic is by the DMS and its associated operator interface unit. The operator interface unit consists of a color display with touch screen. All operator functions described below will be provided through menus and function keys on the DMS operator interface unit. The DMS shall be supplied with battery back-up capability so all programs and settings are retained if a power supply failure occurs. Digital and analogue I/O units shall be supplied. The DMS and associated operator interface unit shall operate off an internal 24V D.C. power supply. All +24 VDC power supplies must provide short circuit fold back protection. 14 City of Port Arthur Main WWTP 11350- 14 ADDENDUM NO. 1 PAGE 20 OF 32 JUNE 9,2014 ADDENDUM No. 1 6. The operator interface unit shall be capable of automatic or manual 411 start/stop operations, as well as provide display readings of the following: Centrifuge drive motor amps, sludge and polymer actual flow rates, sludge and polymer desired flow rates, elapsed time meter, fault monitoring, and pre-set and actual timing operations, local/remote control status, and auto/manual control status, back drive torque, back drive speed, differential speed, bearing temperature,vibration, and bowl speed. 7. The DMS shall have the capability to be hardwired or interface directly via an RS-232, RS-485 or Ethernet communication cable to any control system for remote operation and monitoring through analog I/O's and digital I/O's of the centrifuge, and ancillary equipment such as conveyors, feed pumps, diverter gates,etc. 8. In the event of a power loss the DMS shall have the ability to provide Power Loss Ride Through Protection that will allow the centrifuge to run through a short duration power blip, generally defined as 3-5 seconds. If the power outage extends past the 3-5 seconds the system will down the feed pump and polymer pump and put the centrifuge into the production standby mode for a programmed set time. If power is restored during this time the feed pump and polymer pump will automatically restart and • production will resume. Should the power not be restored, the control system must allow the centrifuge to be brought to a stop in a normal shutdown mode (as if it had power); including a normal flush cycle along with maintaining the differential speed during the coast down period. This system will allow the centrifuge to scroll the solids out and be available for an immediate restart, once power is restored. 9. Control wire shall be #16 AWG minimum, shall conform to UL standards, and shall be type THHN, THW or MTW. 10. A ground lug shall be supplied on the panel. All customer interface contacts are provided through isolated 10 amp interposing relays. Contacts shall be suitable for 24 VDC or 120 VAC control. DMS shall provide 24 V DC control voltage for all external inputs. 11. Each wire segment shall be numbered at each end using tubular heat shrinkable markers with permanent mechanically stamped. The wire numbers shall correspond to those on the wiring diagram. Wrap around or clip type numbers are not acceptable. 15 • City of Port Arthur Main WWTP 11350- 15 ADDENDUM NO. 1,PAGE 21 OF 32 JUNE 9,2014 ADDENDUM No. 1 12. Nameplates shall agree with the wiring diagram, and shall be made • of 1/16" thick laminated acrylic. Letters shall be black on a white background and 1/8" in height. 13. The centrifuge shall be equipped with an accelerometer type vibration sensors located on each pillow block to protect against excessive vibration. The monitor shall be interlocked with the controls to shut down the centrifuge if excessive vibration is sensed. The monitor shall provide an analog output signal proportional to the vibration magnitude for display and monitoring at the DMS operator interface. Bearing temperature sensors will also be provided on each pillow block with an output signal going to the operator interface. 14. The centrifuge shall be equipped with a cover switch so the centrifuge cannot be started when the cover is open. 15. Field wiring to the control panel shall be provided by the installing contractor. C. Starters 1. The starters and contactors shall be NEMA rated. • D. Drive Motor 1. The motor shall be a squirrel cage induction motor suitable for VFD starting, minimum 50 HP, 1800 rpm, TEFC, continuous duty, with a non-hydroscopic class F insulation system limited to a B temperature rise, 1.0 service factor on sine wave,NEMA design B or IEC equivalent design, standard long shaft for v-belt drive, and terminal box rotatable in 180 degree increments. The motor shall be provided with thermal protection using a bi-metal thermal switch. The motor shall have copper windings and be of high thermal capacity design for operation on 460/3/60 power. Fluid coupling/clutch starting systems shall not be allowed due to maintenance concerns. 2. With the motor at ambient temperature, it shall be capable of making (2) complete starts in succession with coasting to rest between starts. The motor shall be capable of one (1) immediate restart after of any shutdown except motor overload. The motor shall not take longer than five minutes (each start) to accelerate to full rated rpm on at 90% nameplate voltage while maintaining operation below name plated full load amps. The motor shall be rated by the motor manufacturer as having a noise level not exceeding 85 dBa(sound pressure) when measured at three (3)feet • 16 City of Port Arthur Main WWTP 11350- 16 ADDENDUM NO. 1,PAGE 22 OF 32 JUNE 9,2014 ADDENDUM No. 1 from the motor in any direction. The motor bearings shall be grease lubricated ball or roller anti-friction type of standard manufacture. The bearings shall be conservatively designed to withstand all stresses of the service specified. Motor bearings shall have a minimum life rating of 40,000 hours of operation. 3. Motor shall be Baldor or approved equal. E. Main Drive& Back drive—Variable Frequency Drive 1. The Main drive VFD and Back drive VFD shall be housed in the Centrifuge Control Panel, containing both AC VFD motor controllers and a BD motor blower starter. The main drive and back drive AC motor VFD controller shall be a flux vector controlled, sine coded, PWM drive. a. Output contactors must be provided for each VFD to ensure positive power disconnect on over speed, emergency stop fault, and at reset conditions. A positive speed measurement device must be provided for over speed protection. b. The drive shall include the following minimum features: 1) IGBT (Insulated Gate Bipolar Transistor) power 111 module. 2) On-board alphanumeric digital display for programming and indication of set-up operating, circuit analysis, and diagnostic data. 3) Set-up parameters shall be stored in EPROM memory that does not require battery back up. 4) UL, Canadian UL, or CSA Labels. 5) Product of ISO 9001 certified production facility. 6) Designed to provide 100,000 hours mean time between failures with specified preventative maintenance. 7) Inner loop torque control strategy with mathematical torque and flux calculation updates every 25 microseconds (40,000 times per second). 8) Operation from 3-phase power rated 380 to 690 VAC +/- 10%and 48 to 63 Hz. 9) The drive shall employ a Full Wave rectifier to prevent input line notching and operate at fundamental power factor of 0.98 at all speeds and loads. 17 • City of Port Arthur Main WWTP 11350- 17 ADDENDUM NO. 1.PAGE 23 OF 32 JUNE 9.2014 ADDENDUM No. 1 10) Drive efficiency shall be 97%or higher at full speed • and load. 1 1) An internally mounted line reactor shall be provided to reduce input current harmonic content, provide protection from power line transients such as utility power factor correction capacitor switching transients and reduce RFI emission. 12) An automatic motor parameter ID function shall define the motor equivalent circuit in the VFD. 13) Flux optimization to limit the audible noise produced by the motor and to maximize the efficiency by providing the optimum magnetic flux for any given speed/torque operating point. 14) VFD drives shall be equipped with Profibus communication module or fiber optics to allow communication with DMS. c. As a minimum the drive will include the following adjustable parameters of indication. 1) Adjustable Parameters a) Torque Limit Level b) Minimum/Maximum RPM c) Output signal selection and scaling d) Input signal scaling e) Preset speeds f) Motor full load current g) Motor Base RPM 2) Indication a) Motor torque b) Motor Current c) Motor Speed d) Motor Speed Set-point e) Motor Power f) External Torque Reference g) DC Buss Voltage h) Motor Temperature 2. Maindrive System Performance a. Speed regulation of 0.4%or better 18 • City of Port Arthur Main WWTP 11350- 18 ADDENDUM NO. 1,PAGE 24 OF 32 JUNE 9,2014 ADDENDUM No. 1 b. 100%Torque output in all Four Quadrant Control when 111 required c. Torque signal accuracy of+/- 5% d. Overload Capacity of 150%for 1 minute,200%peak e. Torque limiting of motor torque,0—200% 3. VFD drives shall be ABB, Allen Bradley or approved equal. 4. Centrifuge VFD requirements are unique to centrifugation equipment. Centrifuge VFD requirements in this section shall take precedent over general VFD requirements for other equipment listed in the general equipment requirements or general electrical requirements. 5. The backdrive shall be a direct current type operating at a maximum of 60 VDC and supplied with a 12 pulse per revolution tach generator (2 VAC/100 RPM) for close speed regulation, mounted on the sub frame with a backdrive controller located in the control panel. The direct current brake shall be air-cooled and connected to the pinion shaft of the planetary gear reducer. The backdrive shall be supplied with an encapsulated field coil for additional protection. The interconnecting wiring requirements shall consist of two conductors for power feed wires and two 111 shielded and twisted pair for brake tach feedback to the backdrive controller. F. Backdrive Motor 1. The motor shall be a 20 HP premium efficiency squirrel cage induction motor for VFD duty, TEFC, blower cooled, continuous duty, 1.0 service factor, NEMA design B, with class F insulation and class B rise, and a pinion pickup sensor for pinion speed feedback control. The motor shall have copper windings and be designed for operation on 460/3/60 power and balanced for centrifuge operation. Thermal protection in the motor shall be bi- metallic thermostat. The VFD system shall be sized in accordance with Alfa Laval Separation's design requirements and shall be as specified in the Variable Frequency Drive section of this specification. The motor shall be capable of delivering full load torque across a 1000:1 turn down ratio. The drive system shall be capable of a flying restart. Hydraulic backdrive systems shall not be allowed. 2. Motor shall be Baldor or approved equal. 19 • City of Port Arthur Main WWTP 11350- 19 ADDENDUM NO. 1,PAGE 25 OF 32 JUNE 9,2014 ADDENDUM No. I G. Control System Operation • 1. The centrifuge shall be able to be started automatically or manually. To automatically start the centrifuge, press "Auto Start" key on the operator interface unit. 2. The DMS will issue a "run" command to the centrifuge main drive motor and the bowl will begin to accelerate. The polymer and feed systems shall be interlocked with the centrifuge controls to prevent their operation at this time. During acceleration of the centrifuge, the DMS shall issue a "run" command to the back drive and a "start-up speed" command to the B.C. This will make the back drive run at a pre-programmed start-up speed as set in the B.C. to provide the maximum scrolling of residual solids from the bowl. After a pre-set, timed interval, during which the bowl has reached full operating speed, the feed and polymer pumps will then start automatically. As process requirements vary, the back drive speed shall be infinitely adjustable via the B.C., which shall maintain the set speed utilizing a closed loop, feedback. In this mode, the back drive speed shall be maintained while the torque is allowed to vary as process parameters change. 3. Automatic torque mode may also be selected at any time. In this mode the back drive torque shall be maintained while the speed is • allowed to vary, within pre-set limits, in order to maximize residence time. If torque begins to rise above the set point, the differential speed shall be increased to scroll solids out of the bowl at a faster rate, thereby lowering the torque back to the set point. The DMS shall be equipped with a built in PID Autotune feature that will allow for automatic adjustment of the PID Proportional, Integral and Derivative values from the operator interface. Separate software, computers, and communication cables shall not be required to activate this feature. 4. The centrifuge shall be able to be started manually as well, by pressing the appropriate keys as prompted by the manual operation screen of the operator interface unit. 5. Upon stopping the centrifuge by pressing the "Auto Stop" key on the operator interface unit, or via a fault condition, the feed and polymer system interlock contact shall open, thereby insuring feed to the centrifuge is stopped. An auto flush valve will also be opened for a pre-determined time during shutdown. 20 • City of Port Arthur Main WWTP 11350-20 ADDENDUM NO 1 PAGE 26 OF 32 JUNE 9,2014 ADDENDUM No. 1 • 6. A Synchro Clean-In-Place (CIP) System is also provided. This system is used for optimal cleaning of the centrifuge. The CIP run cycle can be started anytime the main drive motor is at rest as determined by the shutdown timer. Before initiation of the CIP start sequence, all faults must be cleared. A "CIP Start" key is pressed to begin the CIP cycle. The back drive will be energized and begin to rotate in the reverse direction at a low speed for a predetermined time. At the same time, the main drive will accelerate the bowl to a low speed in the forward direction. At the end of the set time, the back drive and drive will then toggle direction, causing a water "sloshing" effect within the centrifuge bowl and conveyor. The process will continue until the predetermined overall time ends, a "CIP Stop" key is depressed, or a fault occurs. Any shutdown fault will terminate the CIP cycle. H. Control System Fault Detection 1. In the event that a fault condition occurs, the sounding of an alarm horn will take place, and an alarm text fault message will be displayed on the operator interface unit to facilitate trouble shooting. An Alarm Acknowledge push-button, mounted on the front panel, will flash when a fault condition occurs. When pressed, the horn will be silenced and the flashing will turn solid. When the alarm fault is corrected and reset,the solid light will be turned off. 2. The following faults shall be provided as alert conditions and shall shut off the feed pump, polymer system, and grinder as required: a. Feed pump fault b. Polymer system fault c. Grinder/Macerator fault d. Cake conveyor fault e. Torque alert f. Low differential g. High Vibration h. Main or Back Drive motor fault 3. The following faults shall be provided as alarms and will cause shutdown of the main drive and backdrive motors: a. Main motor overheat b. Main drive malfunction c. Excessive vibration d. Backdrive motor overheated e. Backdrive malfunction f. Centrifuge cover open • 21 City of Port Arthur Main WWTP 11350-21 ADDENDUM NO. 1,PAGE 27 OF 32 JUNE 9,2014 ADDENDUM No. I g. Torque alarm S h. Centrifuge bowl over speed i. High Bearing Temperature PART 3 EXECUTION 3.01 PREPARATION A. The installing contractor shall conduct a field inspection to verify the foundations and other preparations are complete and that the site is ready for installation of the centrifuges. B. All equipment shall be properly crated to protect any and all components from damage during shipment. C. The contractor shall ensue that all parts are properly protected so that no damage or deterioration will occur during a prolonged delay from the time of delivery until installation is complete and the units and equipment are ready. D. Unfinished iron or unpainted steel surfaces shall be properly protected to prevent rust and corrosion. E. After hydrostatic or other tests, all entrapped water shall be drained prior to shipment and proper care shall be taken to protect parts from the entrance of water during shipment, storage,and handling. F. A supply of the manufacturer's recommended oil, grease and hydraulic fluids required for the equipment startup, shall be furnished with the centrifuges. 3.02 INSTALLATION A. Installation shall be in accordance with the recommendation of the centrifuge manufacturer to ensure that systems are properly installed. B. Representatives of the centrifuge manufacturer, who have complete knowledge and experience in the proper installation, start up and operation of the equipment, shall inspect the final installation and supervise the field acceptance tests of the equipment. C. FUNCTIONAL TESTING 1. After installation of the units, and after all systems have run in steady state, the contractor shall perform a functionality test under the supervision of the manufacturer in the presence of engineer. 22 • City of Port Arthur Main WWTP 11350-22 ADDENDUM NO. 1, PAGE 28 OF 32 JUNE 9,2014 ADDENDUM No. 1 2. Each centrifuge shall run for four hours without failure. At the • beginning, middle, and at the end of this test,the operator will record all temperature indicators, pressure gauges, and flow indicators. All safety devices shall be checked for satisfactory operation. The no- load amperage of the main drive motor shall be recorded. The start timer and acceleration time to running speed shall be adjusted, if necessary. The belt tension shall be, checked and readjusted if necessary, at the end of the test. 3. Any malfunctions that appear during the tests shall be corrected and additional testing performed, to assure that the problem has been corrected. 3.04 FIELD SERVICE A. A field service technician shall be provided for ten (10) days in two(2) trips. END OF SECTION 11111 23 • City of Port Arthur Main WWTP 11350-23 ADDENDUM NO. 1,PAGE 29 OF 32 JUNE 9,2014 0 . APPENDIX "A" • SECTION 3 MONTHLY COMPLIANCE REPORT �FtAL Cq 0 �ir Texas General Land Office t Community Development Block Grant(CDBG) ko-4)43 Disaster Recovery Program'0 NEW HIRES SECTION 3 MONTHTLY COMPLIANCE REPORT Reporting Month: Economic Opportunities for Low and Very Low-Income Persons This form is distributed to the General Contractor(GC)at the Pre-Construction Meeting,GC is also required to provide this form to any subcontractor firms that they anticipate hiring for this project. CONTRACTOR INFORMATION Name of Business: Address of Business: Authorized Representative for this contract: Authorized Signatory: ADDITIONALLY,PLEASE REVIEW AND COMPLY WITH STEPS 1 -3 BELOW: 1111 1. You must sign and date this form for the each applicable reporting month in connection with awarded project and deliver to: 2. When you hire a Section 3 resident in connection with this project,you must also complete this form and submit it to the Section 3 Coordinator identified above. Even if there were no new hires this form must be completed and submitted to the Section 3 Coordinator identified above. ❑ I have not hired any new employees during the reporting Month specified. I have hired Section 3 employess and/or non-Section 3 employees during the reporting month shown here. The following is a list of the new hires and the trades: New Hire Name Job Category/Trade Full-time?Yes or No 1. 2. 3. 1111 4. APPENDIX A I have taken one or more of the following recruitment steps to hire a Section 3 Resident with the highest training and employment priority ranking. Provide a brief description of actions taken: I have taken steps to find a Section 3 Resident in the applicable targeted areas where the project(s)/assistance will take place. List areas: ❑ Placed signs or posters at prominent places in each of the above listed areas.Photographs were taken to document this action, I have advertised to fill vacancy(ies)at the site(s),where work is taking place,in connection with this project. List advertisements(name publication, e.g.Work in Texas,Houston Chronicle,and/or website(s): ❑ Distributed employment flyers to the administrative office of the local Public Housing Authority. - ❑ Provided notice of positions available to the Texas Workforce Commission for potential applicants.Provide copy of notice. • ❑ Contacted employment referrals or Youthbuild Program referrals. List contacts: ❑ Contacted with applicable parties to ensure that any HUD Youth build programs currently operating in the project(s)area/ assistance will take place. ❑ Kept a log of all applicants and indicate the reasons why Section 3 Residents who applied were not hired. ❑ Retained copies of any employment applications completed by public housing, Section 8 certificate or voucher holders or other Section 3 Residents. ❑ Sent a notice about Section 3 training and employment requirements and opportunities to labor organizations or to worker representatives with whom our firm has a collective bargaining or other agreement. 3. Verification ❑ I have attached proof of all checked items. Authorized Name and Signature Date/Time Field Text Attested By: 11111 • • APPENDIX "B" 0 ATTORNEY'S REVIEW CERTIFICATION ATTORNEY'S REVIEW CERTIFICATION • I, the undersigned, , the duly authorized and acting legal representative of the , do hereby certify as follows: I have examined the attached contract(s) and surety bonds and am of the opinion that each of the agreements may be duly executed by the proper parties, acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties; and that the agreements shall constitute valid and legally binding obligations upon the parties executing the same in accordance with terms, conditions and provisions thereof. Attorney's signature: Date: Print Attorney's Name: • 2009 TxCDBG Project Implementation Manual • Appendix K Appendix B • • APPENDIX "C" REQUEST FOR TIME EXTENSION REQUEST FOR EXTENSION OF TIME DUE TO WEATHER OR SUPPLIES • CITY OF PORT ARTHUR DATE: , 20 MONTH OF: , 20 CITY of PORT ARTHUR, TEXAS PUBLIC WORKS DEPARTMENT P.O. BOX 1089 CITY of PORT ARTHUR, TEXAS 77641-1089 ATTENTION: DEPARTMENT OF PUBLIC WORKS Gentlemen: We request extension of completion time on our Contract due to the days of work lost as specified (list dates actually lost: do not include days not normally worked such as Saturdays, Sundays,or holidays): Dates Lost: Days Lost( )/ 5 x 7 + Calendar Days Requested • Reasons for Request: Contractor By: Approved for extension of calendar days. Disapproved. Date: , 20 CITY OF CITY OF PORT ARTHUR, TEXAS BY: City Manager Distribution by City Original: Public Works Department xc: Engineer • Contractor CPA Federally Funded • 0 APPENDIX "D" 0 GEOTECHNICAL REPORT \ , Since J Lind & Associates, Inc. dba T & N Laboratories & Engineering S "Common Sense Engineering" V983 GEOTECHNICAL REPORT WITH SUBSURFACE SOILS INVESTIGATION & ENGINEERING STUDY FOR BUILDING FOUNDATION DESIGN RECOMMENDATIONS AT PROPOSED CENTRIFUGE FOUNDATION WASTEWATER TREATMENT PLANT CITY OF PORT ARTHUR • IN PORT ARTHUR, TEXAS Project No.: 12187 Job No.: 22820 Submitted to: ARCENEAUX & GATES CONSULTING ENGINEERS c/o Mr. Calvin Prosen, P.E. Port Arthur, Texas NOVEMBER 2012 ( $ �y� S i S Fr�� � .� � AR �9 S �'�'fri'.b,�k,`<a,,. s : .,r„rtx a y � .�xd 5:` r -. ',''�` F;,':, ,' .1:e' ',��r�. c•u i. n-,:i �..40,44:44.1 '`z • 5020 Jerry Ware Dr.(SET REGIONAL AIRPORT)BEAUMONT,TX 77705 PHONE:(409)727-6291 FAX:(409)722-6961 TABLE OF CONTENTS (Report#12187—22820) SECTION PAGE INTRODUCTION/SYNOPSIS 1 PROJECT DEVELOPMENT 1 SCOPE OF STUDY 2 SITE EXPLORATION 2 SOIL SAMPLING 2 GROUNDWATER CONDITIONS 3 LABORATORY TESTING PROGRAM 3 SUBSURFACE CONDITIONS 4 ANALYSIS &RECOMMENDATIONS 4 SITE PREPARATION 4 DRILLED FOOTINGS (UNDERREAMS) 5 UPLIFT RESISTANCE 5 Foundation Construction 6 FLOOR SLABS AND GRADEBEAMS 6 1111 SITE DRAINAGE 7 CONSTRUCTION VARIATIONS 7 SPREAD-TYPE,CAST-IN-PLACE CONCRETE FOOTINGS 7 Allowable Bearing Pressure 8 Settlements 8 STRUCTURAL & SELECT FILL MATERIALS 8 QUALITY CONTROL 9 LIMITATIONS & ACKNOWLEDGEMENT 9 ILLUSTRATIONS BORING LOCATION PLAN BORING LOG #B-1 TYPICAL UNDERREAMED DETAIL EARTH PRESSURE DIAGRAM KEY TO SOILS CLASSIFICATION $ SYMBOLS GENERAL NOTES • Since // Lind & Associates, Inc. dba T & N Laboratories & Engineering • 5020 Jerry Ware Dr.,(SET REGIONAL AIRFART)BEAUMONT,TX 77705 PHONE:(409)727-6291 FAX:722-6961 CLIENT: PROJECT/LOCATION: Arceneaux&Gates Consulting Engineers Geotechnical Investigation and c/o Mr. Calvin Prosen, P.E. Study for Building Foundation Design 3501 Turtle Creek Dr., Suite# 102 Recommendations at"Proposed Centrifuge Port Arthur,Texas 77642 Foundation at Wastewater Treatment Plant in Port Arthur,Texas" Report Date: November 7,2012 Project No.: 12187 Job No.: 22820 lllliiMiliiiiiilll iniiiiiliiiiliii illiiii iiii iii liii iiiiiiiii iiiMi Biiill iiilillDDllllililllithiiiiililll INTRODUCTION/SYNOPSIS: Presented herein are the results of our geotechnical study for foundation design consideration at the above-referenced project. Our subsurface study was authorized by Mr. Calvin Prosen,P.E.. The subsurface investigation was performed on November 1,2012 in general accordance with standard procedures for drilling, sampling and laboratory testing of subsurface soils for engineering design • criteria. Engineer of Record for this report is Jack C. Lind,P.E. -Texas Registration No. 79555. PROJECT DEVELOPMENT: Reportedly,this project will involve construction of a"New Centrifuge at Wastewater Treatment Plant in Port Arthur, Texas". Foundation construction should include either installation of drilled and under•eamed,cast-in-place concrete piers approximately eight ft. (8') below existing surface or a spread-type,cast-in-place concrete mat footing. Analysis and recommendations are discussed in this report. IIII -1- SCOPE OF STUDY: The objective of our study was to explore subsurface soils conditions in the proposed foundation area and formulate geotechnical design criteria for a unit foundation system design. Our subsurface study • included the following: 1) Drilling test borings in one(1) selected location of the proposed foundation; explore groundwater&geological conditions and collect soil samples for laboratory testing. 2) Perform a laboratory testing program on selected soil samples to evaluate physical and engineering properties of the foundation soils. 3) Prepare and promulgate engineering analysis to provide geotechnical design and construction recommendations associated with: a) underream footing design criteria, b) cast-in-place concrete mat design criteria, and c) foundation depth with allowable load values. SITE EXPLORATION: T&N was authorized to drill one(1) soil boring to a depth of fifty ft. (50') below existing ground III surface in the proposed building foundation and construction area. Our exploration was accomplished with a buggy-mounted rotary drilling rig. Approximate locations of soil borings are shown on the"Boring Location Plan" included with the"ILLUSTRATIONS" section of this report. SOIL SAMPLING: Soil samples were generally obtained at continuous two ft. (2')intervals to the twelve ft. (12') depth and on five ft. (5')centers thereafter. Cohesive samples were obtained by hydraulically pushing a three-inch(3")diameter, thin-walled tube a distance of about 24 inches. Our field sampling procedure was performed in general accordance with provisions outlined in "Standard Practice for Thin-Walled Tube Sampling of Soils- (ASTMD1587)". -2- IIII Soil samples were extruded in the field and visually classified by our geotechnician. The geo- • technician measured penetration resistance of recovered soil samples using a calibrated pocket penetrometer. Measured penetration resistance is shown on the "Boring Log" and was used to estimate soil consistency. Representative portions,of each recovered soil sample,were sealed and placed into containers; then transported to our laboratory for testing and engineering study. GROUNDWATER CONDITIONS: Boring was drilled utilizing flight augers. Groundwater was encountered during drilling of this boring at a depth of about fourteen ft. (14'). Groundwater is likely to fluctuate in upper stratas during seasonal climatic changes. Water levels measured in the open boreholes may not accurately reflect true groundwater conditions and should be considered only as approximate indications for this report. The boring was terminated at fifty(50')below existing ground surface. LABORATORY TESTING PROGRAM: Samples collected from the boreholes were examined and classified in the laboratory according to • procedures outlined in ASTM D2488. Laboratory tests were performed on select soil samples to evaluate engineering properties in accordance with the indicated standard procedures. Testing Performed Test Procedure Atterberg Limits (LL &PI) ASTM-D4318 Natural Water Content (%) ASTM-D2216 Unconfined Compression Test (UCS) ASTM-D2166 Percent(%)Passing#200 Sieve ASTM- D1140 Thin-Wall Shelby Tube Samplers ASTM - D1587 Soils Classification ASTM - D2487 -3- • Undrained shear strength of cohesive soils was determined by unconfined compression tests. Water • content and dry unit weights were determined as routine parts of the unconfined compression analysis. Liquid and Plastic Limits were performed on appropriate cohesive samples. Results of these tests are shown on the"Boring Log". SUBSURFACE CONDITIONS: The particular subsurface stratigraphy,as determined from our field and laboratory programs, is shown in detail on the "Boring Log". A review of this log indicates that the upper ten ft. (0 - 10') of existing soils appear to be "high plastic clay". From ten to twenty-two ft. (10'-22'),a "medium plastic silty or sandy clay"was encountered. Below the twenty-two ft. (22'-50')depth a "high plastic clay"was encountered. The moisture contents ranged from 22%to 48% with an average shear strength of about 985 psf. ANALYSIS AND DISCUSSION: The following analysis and recommendations are based on data obtained from our field and 111/ laboratory test programs,project information provided to us and our knowledge/experience with similar subsurface and site conditions. Based on the types of soils encountered in the borings, the foundation design recommendations that may be considered for this site include either drilled and belled, cast-in-place concrete footings or spread-type, shallow concrete mat footings. The foundation systems will be discussed in this report. SITE PREPARATION: Building site should be stripped to remove any vegetation and shallow clay soils (24"minimum). The resulting exposed subgrade should be proof-rolled with a pneumatic-type roller to detect weak areas. Weak areas detected during proof-rolling, as well as debris and organic materials, should be removed and replaced with structural fill. The exposed subgrade can be moisture conditioned and compacted to at least 95 percent of the maximum density (ASTM D698),at optimum moisture content,plus 3%or minus 2%. • -4- DRILLED FOOTINGS (UNDERREAMS): Review of the boring logs indicates a reasonably uniform soil condition exists throughout the area • investigated. From our analysis of the boring logs and laboratory test results,we recommend that structural loads may be transmitted to foundation soils by use of drilled and underreamed type footings,extended to a depth of eight ft. (8') below existing ground surface and located in "stiff tan and brown clay". Utilizing a minimum factor of safety of three(3.0) for dead load,or a minimum factor of two (2.0) for total load, the allowable bearing capacity of foundation soils for underreamed type footings is 2250 pounds per square ft. for net dead load,plus long term live loads,and 3375 pounds per square ft. for total load, whichever is critical should be used. The allowable loads can be increased by thirty percent(30%) for temporary lateral loading,(wind load,etc.). There may be a potential for upward movement of plastic clays in contact with sides of the piers; therefore,pier shafts should be well reinforced throughout their length to resist tensional force. The soils near recommended footing depth at the site are stiff with some sand. Sloughing is not anticipated provided the bell to shaft diameter ratio does not exceed 2:1, underreams are 72 inches or • less in diameter, and footing is concreted immediately after drilling. This opinion cannot be verified based on the small diameter samples recovered from our borings at various locations across the site. Therefore, in order to verify that underreams can be constructed without caving,a test underream may be formed outside the structural pad. This test underream should be the largest size planned and should remain open an equivalent time required to allow placement of steel and concrete. The test underream should be backfilled with a flowable type backfill. UPLIFT RESISTANCE: The ultimate capacity of underream footings to resist uplift loads can be determined from the following equation: 1. The ratio of footing depth to bell diameter(L/D) is greater than 1.5 Qtr =5.8 c(D2-d2) 2. The ratio of footing depth to bell diameter(L/D) is less than 1.5 Qu=2.1 cns(L/D)2(D'-(12) • -5- Where Q is the ultimate uplift capacity in pounds, c, is the average cohesive strength of the soils • above the footing grade in pounds per square ft., D is the underream diameter in ft.,d is the shaft diameter in ft., and L is depth to base of footing in ft. A design shear strength, c, of 1000 psf is recommended for definition of ultimate uplift. A factor of safety of not less than 2.0 is recommended for final design. Foundation Construction: Drilled excavations to a depth of approximately eight ft. (8')below existing grade will be necessary for installation of underreamed footings at the site. Excavations should be performed with equipment capable of providing a relatively clean bearing area. Subsurface soils above eight ft. (8')depth are "high plastic clays". There could be areas where the drilled shafts are subject to sloughing. We did encounter free water in the soil above this depth, therefore,seepage may be possible. The drilling contractor should have casing available in the event 0 that sloughing of upper soil layers in the shaft causes improperly formed shafts and underreams. To minimize disturbance of bearing area,we recommend that footing excavations be concreted within the day excavated. If caving or seepage occurs,our experience shows that drilling, underreaming and placing footings in one continuous operation may be an effective means to successful completion. Underream installation monitoring should be performed by a qualified geotechnician to assure correct location, depths, stratum, bearing and concrete placements. FLOOR SLABS AND GRADEBEAMS: Several methods and procedures can be utilized to reduce possible movement of upper high plastic clays. Design schemes for construction of floor slabs and gradebeams include: 1) Placing floor slab on at least twenty-four in. (24")of properly compacted select fill, See "Structural/Select Fill"section of this report. 2) Gradebeams, used in conjunction with drilled piers, may be placed with void forms and designed to support the imposed loads. 3) Slab-on-grade should be installed with a moisture barrier directly under concrete to prevent migration of seasonal moisture through slab. 1111 -6- Post construction settlements of drilled and underreamed footings should be within tolerable limits for the planned structure, assuming proper construction practices are followed. Differential • settlements will result from variances in subsurface conditions, loading conditions and construction procedure such as cleanliness of the bearing area. SITE DRAINAGE: Proper site drainage should be maintained during construction so that ponding of surface water does not occur and cause construction delays and/or inhibit site access. The upper portion of utility excavations should be backfilled with properly compacted clayey soils to minimize infiltration of surface water. A clay"plug"should be provided at the exterior of the building to prevent water from gaining access to the subgrade beneath the structure. All grades must be adjusted to provide drainage away from the structure. Where paving or flatwork abuts the structure, care should be taken to insure joint is properly sealed. CONSTRUCTION VARIATIONS: Information contained in this report summarizes conditions found on the date borings were drilled. • Depth to the static water table should be expected to change with environmental variations such as frequency and magnitude of precipitation and time of the year construction begins. SPREAD-TYPE, CAST-IN-PLACE CONCRETE FOOTINGS: If spread-type concrete footings are considered, it is recommended to remove a minimum of thirty-six in. (36")of existing surface clay soils and place a minimum of thirty-six in. (36") of select fill in nine in. (9") loose lifts, then compact to at least 95%of standard density. Footings should be placed at a depth of two ft. (2')below surface. The estimated allowable bearing capacity at two ft. (2') depth, when supporting"dead load" on spread type footings is 2800 psf or 4200 psf for"total load"; whichever is critical to the design should be considered. Design pressures can be increased by 30% for transient loading conditions(wind loads,etc....). -7- 111 Monolithic mat with beam foundation placed at the depths stated, can resist horizontal loads through passive resistance of the soils in contact with the sides of the footings in the direction of potential movement. Based on an estimated coefficient of passive pressure,kp =1.30 and a soil unit weight • of 108 pcf, the estimated passive resistance of upper soils and select fill to a depth of two ft. (2') below existing ground surface is 140.4 psf(per square ft. of depth). Allowable Bearing Pressure: The following equation may be used to calculate an allowable net bearing pressure for spread footing placed at two ft. (2')below prepared surface: qua = 1.8 (1 +0.2 Df/B)(1 +0.2 B/L) Where: qua =Allowable Net Bearing Pressure, ksf Df =Depth of Footing,Ft. B =Width of Footing,Ft. L =Length of Footing,Ft. Settlements: The potential ultimate settlement has not been evaluated. Based on relationship between load and possible corresponding volume change, the probable ultimate settlement under a load of 3000 psf is 111 estimated to be 1.00 to 1.50 inches. A significant portion of settlement is expected to occur during the construction phase. These pavement sections will be suitable for frequent application of design wheel loading and infrequent loads of greater magnitude. Adequate subgrade drainage is necessary to pavement performance in accordance with design criteria. STRUCTURAL & SELECT FILL MATERIALS: We recommend that select material be used for structural fill. Most of the material observed on site may be used as select fill,this should be homogeneous soil, free of organic matter and rocks larger than one inch (1") in diameter. Select fill should have an "Atterberg Plasticity Index"between eight and twenty(8—20), with a "Liquid Limit"of forty (40) or less. Delivered fill materials should have a moisture content no greater than six percent(6%)above optimum. Bank sand is not structural fill and should not be used for this purpose. Structural/select fill should be placed in loose lifts not to exceed nine inches (9") and compacted to 95% (ASTM D698)density at moisture from -2%to+3% of"optimum". The select fill placement should extend at least three ft. (3')beyond building area on • -8- QUALITY CONTROL: Construction inspection with field quality control tests should be planned and performed to verify materials and placement in accordance with the project requirements, monitoring of foundation • installation, in-place density tests and concrete strength quality should be maintained during construction. T&N Laboratories & Engineering will be pleased to provide these Quality Control Testing Services,submitting documented reports for permanent records. T&N Laboratories & Engineering maintains"state-of-the-art" Iab and field test equipment for these types of services. LIMITATIONS: The report writer warrants that findings, conclusions, specifications or professional advice contained herein have been promulgated after being prepared in accordance with generally accepted practice in the field of foundation engineering and material test evaluation. No other warranties are implied or expressed. A review and evaluation of its contents by the undersigned acknowledges this report as an engineering document in general accordance with stated limitations. We appreciate this opportunity to provide our engineering services for this project. Please let us know should you require additional data or information. Thanks for Your Support! • Respectfully submitted by, LIND & ASSOCIATES,INC. dba T&N LABORATORIES & ENGINEERING t (i ;ff V <;uuii&riff of SUl,,,,,,fluff.:ut& Jack C. Lind, P.E. JACK G. LIND Vice-President „;met t °per ',�; /9555 , . ti/ ?• .t'Z. Copies: 1- Calvin prosen w/Arceneaux & Gates(Via Email) 1- Keestan Cole w/Arceneaux & Gates(Via Email) I - T&N File#12187 -9- • Jcvmns • I!J r J I L L U 5 T R A T I O N Siv 1 J • • El I • #T r tz #° I Ss£ '11414 H vl I ; -t§g !1 'U f ai 8 a 1 i� . f f• � � � t o LLL r � /// S�*i w 1 ,. 1 -A 1 L., 17 y Rip - ,0 I 1 f i I Q r !1 i i n I( rr I 3 iri J Cp, 8 i�'r L It -' r. J ff'Q # `f r 9 r-'- r f � 1 E 5 ' r_ LJJL ills i 8 I : / C 3 i dill I cm .B it' ift2ttliffaT 1 iiiiii • I I ' All gr, ¢( ( ,y n j; ` E ; �I � r-i + + lilt r fZ-r! .� r i... 1 ' i i! I ' ! Ir g r1I ��yy I —_--- - '— �.. -.. _ __ 1_- ---�! -111_ w' 1 7 , ei f� : i I 1 I k I -1..) ! ' I f/ I t I �� I l' Di i BOR:likiG ! ! Q Ir' ` 1 --� - !- L_ 'PLAN I 1 I I I I 1 ' V//.�� I - -; - ly 1 i ,,,_: _ w: ,,. -' j'' . : , _:_,..._,„ ..1, 1 5 f . 0 I i T&N LABORATORIES& ENGINEERING LOG OF BORING NO. B-I • FILE NO.: 12187-22820 - ARCENEAUX&GATES CONSULTING ENGINEERS PROJECT: Geotcchnical Investigation for Wastewater Centrifuges at Port Arthur Wastewater Treatment Plant DATE: 11/1/12 TYPE: 3" Core LOCATION: See Boring Location Plan Page I of 2 FIELD DATA LABORATORY TEST RESULTS Depth. Sample SPT/ MIC U.N. -200 Liquid Plasticity P.P. U.C. Ft. Synth. Bj f % > Sieve% Until Index Tf Tsf. STRATUM DESCRIPTION -0- Grass at Surface Very Stiff Tan&Brown Clay(CH) ST - 22 102 - 61 36 3.00 1.58 -w/organic material at 0-2' -Firm at 2'-8' ST - 28 - 72 62 37 0.75 - -5- ST - 33 - - 60 36 0.75 - ST - 40 88 91 60 36 0.50 0.27 -Stiff at 8'-10' -10- ST - 26 102 - 49 26 2.00 1.11 Stiff Gray,Tan&Brown Silty Clay(CL)w/sand ST - 31 - 83 38 19 1.25 - -15- ST - 23 105 - 36 17 1.25 0.59 Stiff Gray&Brown Sandy Clay(CL) • -20 ST - 23 106 62 28 II 1.50 0.81 Very Stiff Gray&Brown Clay(CII) -25 ST - 34 91 - 74 46 2.50 1.49 -30 ST - 34 90 98 82 52 2.75 1.53 -w/Slickenside at 33'-38' -35 ST - 45 81 - 94 62 2.25 0.84 -40 ST - 48 77 99 98 65 2.00 1.19 BORING TERMINATED AT 50 ft. FREE WATER: 14'4" WATER RISE: 14'2"ft.After 1/4 firs • T&N LABORATORIES& ENGINEERING • LOG OF BORING NO. B-I FILE NO.: 12187-22820 - ARCENEAUX&GATES CONSULTING ENGINEERS PROJECT: Geotechnical Investigation for Wastewater Centrifuges at Port Arthur Wastewater Treatment Plant DATE: II/1/12 TYPE: 3" Core LOCATION: See Boring Location Plan Page 2 of 2 FIELD DATA LABORATORY TEST RESULTS Depth. Sample SPTI MIC U.W. -200 Liquid Plasticity P.P. U.C. Ft. Svmb. IM % Pcf. Sieve% Limit Index L Ts f. STRATUM DESCRIPTION -40- Stiff Gray&Tan Clay(CH) -45- ST - 39 87 - 76 48 1.5 0.85 -Very Stiff w/Slickenside at 48'-50' -50- ST - 33 90 99 80 51 2.50 0.58 -60- • -65- -70- -75- -80- -85- BORING TERMINA'T'ED AT 50 ft. FREE WATER: 14'4" WATER RISE: 14'2"ft.After 1/4 Hrs •1 I ` ;=_, DRILLED AND UNDERREAMED T & N020 JABORATORIES, INC. J • \�"/ (SET REGIONAL AIRPORT) FOOTINGS BEAUMONT, TEXAS 77705 1 Pv Ws . Weight of Soil I Pv = Total Vertical Load >Ph Ph Wind or Other Horizontal Load Wf = Weight of Foundation -mil e h I I V n s Zone of Seasonal Shrinkage b Ds and/or Thickness of Fill rs �Wf Ws` A f V Df •illi Pc b = Shaft Diameter + Pz (D1-Ds) B = Base Diameter 1 ~ (Df-Ds) Df/3 2 V v B IG i•Df el i` 2c' Allik 11111 FOR FOOTINGS IN CLAYS: Pi,. ..( d/2)(Df)2b 6 = Effective Unit Weight of Soli • Pt Pc = 2o' (Di-Ds) b \l/ ink I ..,,,,'',"1'' Tc' o ! FS p 2 c = Undrained Shear Strength of Soil FS = Factor of Safety AT BASE OF FOOTING: (1) Applied Vertical Load: (5) Soil Pressure: V d Py + Wf + Ws P1 = (4V/nB2) - (32M/n133) (2) Applied Overturning Moment: P2= (4V/nB2) (32MlnB3) , Mo v e + Ph (h-Df ) (6) Maximum Pressure, P2, should not exceed Allowable Gross Bearing Pressure, q (3) Resisting Moment from Lateral Earth Pressure: ga where: Mr = P (Df /3) - Pc I(Di-Ds)/2) M, cannot be greater than Mr q9a a qna + D (4) Net Moment Resisted by Base: (Ina = Allowable Net Bearing Pressure III M = M • r Mo DESIGN EQUATIONS FOR ECCENTRICALLY LOADED DRILLED AND UNDERREAMED FOOTINGS 1 EARTH PRESSURE AGAINST STRUCTURE WALL • WALL YIELD AT TOP II • -I I lyGroundwater at or 1 { below Base of 1 IIIL H Structure I 1 1 1M I Pb=KyrH H = Embedment Depth of Structure Wall, feet yr = Total Unit Weight of Soil- 125 pcf K = Earth Pressure Coefficient K = 0.7 Natural Clay Backfill 4111 K = 0.4 Clean Sand K = 0.5 Clayey Sand Fig. 1. Earth Pressure Acting on Wall Yielding at Top Assuming Groundwater At or Below Base of Structure I I IKy H...... ......, ......... { 1 �� r d Hd 1 I - 4 I � Groundwater H,yr and K defined { lat= Ab � H ove Base as in Fig. i. of Structure l 1 N }.{.. l 1 r ismer- 62.4H„ 1 1111111 0'4 4 �62.4HK�Yr-62.4)F , Fig. 2. Earth Pressures Against Wall Yielding at Top Assuming Groundwater ill Above Base of Structure —mss 40h,SIXIL excurti Ip G T&N Laboratories VJEFFERSON COUNTY AIRPORT • KEY TO SOIL. Ct_ASSIFICAT1ON AND SYMBOLS SOIL TYPE SAMPLE TYPE Sand Silt Cla • • 1111 4'; Imo` I11t Gravel Sandy Silty Clayey Predominant type shown heavy Undisturbed Rock Core Split No Spoon Recovery $OIL, GRAIN SIZE U. S.Standard Sieve 3" 314' 4 10 40 200 Boulders Cobbles Gravel Sand Silt • Clay Coarse Fine Coarse fAedlum Fine 152 762 19.1 4.76 2.00 0.420 0.074 0.002 (mm) PLASTICITY CHART 60 50 CH •40 Plasticity Index 30 J�. 0 and MH 20 P 10 CL 111111111111 �' M end iimr� 0 10 20 30 40 50 60 70 80 90 100 Liquid Umit RELATIVE DENSITY CONSISTENCY OF COHESIVE SOILS OF COHESIONLESS SOILS Penetration Penetration Resistance, Cohesion, Plasicity Degree of Resistance, Relative blows per foot Consistency TSE Index Plasticity blows per foot Density± 0 - 2 Very Soft 0 - 0.125 0 - 5 None 0 -4 Very Loose 2 - 4 Soft 0.125 - 0.25 5 - 10 Low 4 - 10 Loose 4 - 8 Firm 025 - 0.5 10 - 20 Moderate 10.- 30 Medium Dense 8 - 15 Stiff 0.5 - 1.0 20 - 40 Plastic 30 - 50 Dense • 15 - 30 Very Stiff 1.0 - 2.0 > 40 Highly Plastic > - 50 Very Dense > 30 Hard > 2.0 T& N Laboratories, Inc. _ � _ GENERAL NOTES SAMPLE IDENTIFICATION The Unified Soil Classification System is used to identify the soil unless otherwise noted. SOIL PROPERTY SYMBOLS N: Standard"N"penetration: Blows per foot of a 140 pound hammer falling 30 inches on a 2 inch 0.0.split-spoon. Qu: Unconfined compressive strength.TSF I Qp: Penetrometer value, unconfined compressive strength,TSF III Mc: Water content, % LL: Liquid limit. % 3 PI: Plasticity Index, % &d: Natural dry density,PCF {I 7: Apparent groundwater level at time noted after completion. ' DRILLING AND SAMPLING SYMBOLS 1 iiI SS: Split-Spoon - 1 3/8" I.D., 2" O.D., except where noted- t ST: Shelby Tube - 3" O.D . except where noted. • AU: Auger Sample. DB: Diamond Bit. CB: Carbide Bit. WS: Washed Sample. RELATIVE DENSITY AND CONSISTENCY CLASSIFICATION TERM (NON-COHESIVE SOILS) STANDARD PENETRATION RESISTANCE Very Loose 0- 2 Loose 2 -4 Slightly Compact 4 -8 Medium Dense 8- 16 Dense 16 - 26 Very Dense Over 26 • TERM (COHESIVE SOILS) Qu -(TSF) . Very Soft 0 -0.25 Soft 0.25 -0.50 Firm (Medium) 0.50- 1.00 Stiff 1.00- 2.00 Very Stiff 2.00-4.00 Hard 4.00+ PARTICLE SIZE Boulders 8 in. + Coarse Sand 5mm-0.6mm Silt 0.074mm-0.005mm III Cobbles 8 in.-3 in. Medium Sand 0.6mm-0.2mm Clay -0.005mm Gravel 3 in.-5mm Fine Sand 0.2mm-0.074mm 1 I • • APPENDIX "E" • COPELAND ACT REGULATIONS Copeland Act Regulations • Title 29 LABOR PART 3—CONTRACTORS AND Subtitle A — Office of the SUBCONTRACTORS ON PUBLIC Secretary of Labor BUILDING OR PUBLIC WORK FINANCED IN WHOLE OR IN PART BY LOANS OR GRANTS FROM THE UNITED STATES Sec. minimum wage provisions of the Davis-Bacon 3.1 Purpose and scope Act and the various statutes dealing with 3.2 Definitions Federally-assisted construction that contain 3.3 Weekly statement with respect to payment similar minimum wage provisions, including of wages those provisions which are not subject to 3.4 Submission of weekly statements and the preservation and inspection of weekly Reorganization Plan No. 14 (e.g., the College payroll records. Housing Act of 1950, the Federal Water 3.5 Payroll deductions permissible without Pollution Control Act, and the Housing Act of application to or approval of the Secretary 1959), and in the enforcement of the overtime of Labor. provisions of the Contract Work Hours 3.6 Payroll deductions permissible with the Standards Act whenever they are applicable to approval of the Secretary of Labor. construction work. The part details the 3.7 Applications for the approval of the obligation of contractors and subcontractors Secretary of Labor relative to the weekly submission of statements 3.8 Action by the Secretary of Labor upon regarding the wages paid on work covered applications. 3.9 Prohibited payroll deductions. thereby; sets forth the circumstances and 3.10 Methods of payment of wages. procedures governing the making of payroll 3.11 Regulations part of contract. deductions from the wages of those employed on such work; and delineates the methods of AUTHORITY: The provisions of this Part 3 payment permissible on such work. Issued under R.S. 161, sec.2, 48 Stat. §48; Reorg. Plan No. 14 of 1950,64 Stat. 1267, 5 U.S.C. Section 3.2 Definitions. Appendix; 5 U.S.C.301;40 U.S.C. 276c. SOURCE: The provisions of this Part 3 appear As used in the regulations in this part: at 29 F.R.97,Jan.4, 1964,unless otherwise noted. (a) The terms "building" or "work" generally include construction activity as Section 3.1 Purpose and Scope. distinguished from manufacturing, furnishing of materials, or servicing and maintenance work. This part prescribes "anti-kickback" The terms include, without limitation, buildings, regulations under section 2 of the Act of June structures, and improvements of all types, such 13, 1934, as amended (40 U.S.C. 276c), as bridges, dams, plants, highways, parkways, popularly known as the Copeland Act. This streets, subways, tunnels, sewers, mains, part applies to any contract which is subject to powerlines, pumping stations, railways, Federal wage standards and which is for the airports, terminals, docks, piers, wharves, construction, prosecution, completion, or repair ways, lighthouses, buoys,jetties, breakwaters, of public buildings, public works or buildings or levees, and canals; dredging, shoring, works financed in whole or i n scaffolding, drilling, blasting, excavating, part by loans or grants from the United States. clearing, and landscaping. Unless conducted The part is intended to aid in the enforcement in connection with and at the site of such a of the building or work as is described in the foregoing sentence, the manufacture or furnishing of materials, articles, supplies, or equipment (whether or not a Federal or State 7-55 • agency acquires title to such materials, subsidiary or otherwise, and an officer or agent articles, supplies, or equipment during the of such corporation. course of the manufacture or furnishing, or (g) The term "Federal agency" means owns the materials from which they are the United States,the Di strict of Columbia, and manufactured or furnished) is not a"building" all executive departments, independent or"work"within the meaning of the regulations establishments, administrative agencies, and in this part. instrumentality's of the United States and of (b) The terms "construction," the District of Columbia, including corporations, "prosecution," 'completion," or"repair" mean all all or substantially all of the stock of which is types of work done on a particular building or beneficially owned by the U nited States, by the work at the site thereof, including, without District of Columbia, or any of the foregoing limitation, altering, remodeling, painting and departments, establishments, agencies, and decorating, the transporting of materials and instrumentality's. supplies to or from the building or work by the {29 FR 97,Jan.4,1964,as amended at 33 FR 32575,Nov.27, employees of the construction contractor or 1973} construction subcontractor, and the Section 3.3 Weekly statement with manufacturing or furnishing of materials, respect to payment of wages. articles, supplies, or equipment on the site of the building or work, by persons employed at (a) As used in this section, the term the site by the contractor or subcontractor. "employee" shall not apply to persons in (c) The terms "public building" or classifications higher than that of laborer or "public work" include building or work for mechanic and those who are the immediate whose construction, prosecution, completion, supervisors of such employees. or repair, as defined above, a Federal agency (b) Each contractor or subcontractor is a contracting party, regardless of whether engaged in the construction, prosecution, title thereof is in a Federal agency. completion,or repair of any public building or • (d) The term "building or work financed public work, or building or work financed in in whole or in part by loans or grants from the whole or in part by loans or grants from the Unites States" includes building or work for United States, shall furnish each week a whose construction, prosecution, completion, statement with respect to the wages paid each or repair, as defined above, payment or part of its employees engaged on work covered by payment is made directly or indirectly from 29 CFR Parts 3 and 5 during the preceding funds provided by loans or grants by a Federal weekly payroll period. This statement shall be agency. The term includes building or work for executed by the contractor or subcontractor or which the Federal assistance granted is in the by an authorized officer of employee of the form of loan guarantees or insurance. contractor or subcontractor who supervises the (e) Every person paid by a contractor or subcontractor in any manner for his labor in payment of wages, and shall be on f orm WH the construction, prosecution, completion, or 348, "Statement of Compliance," or on an repair of a public building or public work or identical form on the back of WH 347, "Payroll building or work financed in whole or in part by (For Contractors Optional Use)"or on any form loans or grants from the United States is with identical wording. Sample copies of WH 347 and WH 348 may be obtained from the "employed" and receiving "wages,"regardless of any contractual relationship alleged to exist Government contracting or sponsoring agency, between him and the real employer. and copies of these forms may be purchased at the Government Printing Office. (f) The term "any affiliated person" (c) The requirements of this section includes a spouse, child, parent, or other close shall not apply to any contract of$2,000 o r relative of the contractor or subcontractor; a less. partner or officer of the contractor or (d) Upon a written finding by the head subcontractor; a corporation closely connected of a Federal agency, the Secretary of Labor with the contractor or subcontractor as parent, may provide reasonable limitations, variations, 56 • 7 tolerances, and exemptions from the (a) Any deduction made in compliance requirements of this section subject to such with the requirements of Federal, State, or conditions as the Secretary of Labor may local law, such as Federal or State withholding specify. income taxes and Federal social security {29 F.R.95,Jan.4,1964,as amended at 33 F.R.10186,July taxes. 17,1968} (b) Any deduction of sums previously Section 3.4 Submission of weekly paid to the employee as a bona fide statements and the preservation and prepayment of wages when such prepayment inspection of weekly payroll records, is made without discount or interest. A"bona fide prepayment of wages" is considered to (a) Each weekly statement required have been made only when cash or its under§3.3 shall be delivered by the contractor equivalent has been advanced to the person or subcontractor, within seven days after the employed in such manner as to give him regular payment date of the payroll period, to a complete freedom of disposition of the representative of a Federal or State agency in advanced funds. charge at the site of the building or work, or if (c) Any deduction of amounts required there is no representative of a Federal or State by court process to be paid to another, unless, the deduction is in favor of the contractor, agency at the site of the building or work, the subcontractor or any affiliated person, or when statement shall be mailed by the contractor or collusion or collaboration exists. subcontractor,within such time, to a Federal or State agency contracting for or financing the (d) Any deduction constituting a building or work. After such examination and contribution on behalf of the person employed check as may be made, such statement, or a to funds established by the employer or copy thereof, shall be kept available, or shall representatives of employees, or both, for the be transmitted together with a report of any purpose of providing either from principal or •violation, in accordance with applicable income, or both, medical or hospital care, procedures prescribed by the United States pensions, or annuiti es on retirement, death Department of Labor, benefits, compensation for injuries, illness, (b) Each contractor or subcontractor accidents, sickness, or disability, or for shall preserve his weekly payroll records for a insurance to provide any of the foregoing, or period of three years from date of completion unemployment benefits, vacation pay, savings of the contract. The payroll records shall set accounts, or similar payments for the benefit of out accurately and completely the name and employees, their families and dependents: address of each laborer and mechanic, his Provided, however, That the following correct classification, rate of pay, daily and standards are met: (1)The deduction is not weekly number of hours worked, deductions otherwise prohibited by law; (2) it is either: (i) made, and actual wages paid. Such payroll Voluntarily consented to by the employee in records shall be made available at all times for writing and in advance of the period in which inspection by the contracting officer or his the work is to be done and such consent is not authorized representative, and by authorized a condition either for the obtaining of or for the representatives of the Department of Labor. continuation of employrn ent, or (ii) provided for in a bona fide collective bargai ning agreement Section 3.5 Payroll deductions between the contractor or subcontractor and permissible without application to or representatives of its employees; (3) no profit approval of the Secretary of Labor. or other benefit is otherwise obtained, directly or indirectly, by the contractor or subcontractor Deductions made under the circumstances or or any affiliated person in the form of in the situations described in the paragraphs of commission, dividend, or otherwise; and (4) this section may be made without application the deductions shall serve the convenience to and approval of the Secretary of Labor: and interest of the employee. (e) Any deduction contributing toward the purchase of United States Defense Stamps • 57 7 • and Bonds when voluntarily authorized by the such consent is not a condition either for the employee. obtaining of employment or its continuance;or (f) Any deduction requested by the (2) provided for in a bona fide collective employee to enable him to repay loans to or to bargaining agreement between the contractor purchase shares in credit unions organized or subcontractor and representatives of its and operated in accordance with Federal and employees. State credit union statutes. (36 F.R.9770,May 28,1971.) (g) Any deduction voluntarily authorized by the employee for the making of Section 3.6 Payroll deductions contributions to governmental or quasi- permissible with the approval of the governmental agencies, such as the American Secretary of Labor. Red Cross. (h) Any deduction voluntarily Any contractor or subcontractor may apply to authorized by the employee for the making of the Secretary of Labor for permission to make contributions to Community Chests, United any deduction not permitted under §3.5. The Givers Funds, and similar charitable Secretary may grant permission whenever he organizations. finds that: (1) Any deductions to pay regular union (a) The contractor, subcontractor, or initiation fees and membership dues, not any affiliated person does not make a profit or including fines or special assessments: benefit directly or indirectly from the deduction Provided, however, That a collective either in the form of a commission, dividend, or bargaining agreement between the contr actor otherwise; or subcontractor and representatives of its (b) The deduction is not otherwise employees provides for such deductions and prohibited by law; the deductions are not otherwise prohibited by (c) The deduction is either (1) law. voluntarily consented to by the employee in Ili (j) Any deduction not more than for the writing and in advance of the period in which "reasonable cost" of board, lodging, or other the work is to be done and such consent is not facilities meeting the requirements of section a condition either for the obtaining of 3(m) of the Fair Labor Standards Act of 1938, employment or its continuance, or(2)provided as amended, and Part 531 of this title. When for in a bona fide collective bargaining such a deduction is made the additional agreement between the contractor or records required under§516.27(a) of this title subcontractor and representatives of its shall be kept. employees; and (k) Any deduction for the cost of safety (d) The deduction serves the equipment of nominal value purchased by the convenience and interest of the employee. employee as his own property for his personal protection in his work, such as safety shoes, Section 3.7 Applications for the approval safety glasses, safety gloves, and hard hats, if of the Secretary of Labor. such equipment is not required by law to be furnished by the employer, if such deduction is Any application for the making of payroll not violative of the Fair Labor Standards Act or deductions under§3.6 shall com ply with the prohibited by other law, if the cost on which the requirements prescribed in the following deduction is based does not exceed the actual paragraphs of this section: cost to the employer where the equipment is (a) The application shall be in writing purchased from him and does not include any and shall be addressed to the Secretary of direct or indirect monetary return to the Labor. employer where the equipment is purchased (b) The application need not identify from a third person, and if the deduction is the contract or contracts under which the work either(1)voluntarily consented to be the in question is to be performed. Permission will employee in writing and in advance of the be given for deductions on all current and period in which the work is to be done and future contracts of the applicant for a period of 58 11111 7 • 1 year. A renewal of permission to make such Section 3.11 Regulations part of contract. payroll deduction will be granted upon the submission of an application which makes All contracts made with respect to the reference to the original application, recites the construction, prosecution, completion, or repair date of the Secretary of Labor's approval of of any public building or public work or building such deductions, states affirmatively that there or work financed in whole or in part by loans or is continued compliance with the standards set grants from the United States covered by the forth in the provisions of§3.6, and specifies regulations in this part shall expressly bind the any conditions which have changed in regard contractor or subcontractor to comply with to the payroll deductions. such of the regulations in this part as may be {36 F.R.9770,May 28,1971.) applicable. In this regard, see§5.5(a) of this (c) The application shall state subtitle. affirmatively that there is compliance with the standards set forth in the provisions of§3.6. The affirmation shall be accompanied by a full statement of the facts indicating such compliance. (d) The application shall include a description of the proposed deduction, the purpose to be served thereby, and the classes of laborers or mechanics from whose wages the proposed deduction would be made. (e) The application shall state the name and business of any third person to whom any funds obtained from the proposed deductions are to be transmitted and the affiliation of such • person, if any, with the applicant. Section 3.8 Action by the Secretary of Labor upon applications. The Secretary of Labor shall decide whether or not the requested ded uction is permissible under provisions of§3.6; and shall notify the applicant in writing of his decision. Section 3.9 Prohibited payroll deductions. Deductions not elsewhere provided for by this part and which are not found to be permissible under§3.6 are prohibited. Section 3.10 Methods of payment of wages. The payment of wages shall be by cash, negotiable instruments payable on dem and, or the additional forms of compensation for which deductions are permissible under this part. No other methods of payment shall be recognized on work subject to the Copeland Act. 59 • 7 • • APPENDIX "F" • SECTION 3 CLAUSE § 135.38 Section 3 clause. • All section 3 covered contracts shall include the following clause(referred to as the section 3 clause): A.The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968,as amended, 12 U.S.C. 1701u(section 3).The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by section 3,shall,to the greatest extent feasible,be directed to low-and very low-income persons,particularly persons who are recipients of HUD assistance for housing. B.The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135,which implement section 3.As evidenced by their execution of this contract,the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. C.The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding,if any,a notice advising the labor organization or workers'representative of the contractor's commitments under this section 3 clause,and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice.The notice shall describe the section 3 preference,shall set forth minimum number and job titles subject to hire,availability of apprenticeship and training positions,the qualifications for each;and the name and location of the person(s)taking applications for each of the positions;and the anticipated date the work shall begin. D.The contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135,and agrees to take appropriate action,as provided in an applicable provision of the subcontract or in this section 3 clause,upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. E.The contractor will certify that any vacant employment positions,including training positions,that are filled(1) after the contractor is selected but before the contract is executed,and(2)with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed,were not filled to circumvent the contractor's obligations under 24 CFR part 135. F.Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions,termination of this contract • for default,and debarment or suspension from future HUD assisted contracts. G.With respect to work performed in connection with section 3 covered Indian housing assistance,section 7(b)of the Indian Self-Determination and Education Assistance Act(25 U.S.C.450e)also applies to the work to be performed under this contract.Section 7(b)requires that to the greatest extent feasible(i)preference and opportunities for training and employment shall be given to Indians,and(ii)preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises.Parties to this contract that are subject to the provisions of section 3 and section 7(b)agree to comply with section 3 to the maximum extent feasible,but not in derogation of compliance with section 7(b). • • • APPENDIX "G" CERTIFICATION OF BIDDER REGARDING SECTION 3 AND • SEGREGATED FACILITIES CERTIFICATION OF BIDDER REGARDING SECTION 3 0 AND SEGREGATED FACILTIES Name of Prime Contractor Project Name & Number The undersigned hereby certifies that (a) Section 3 provisions are included in the Contract (b) A written Section 3 plan was prepared and submitted as part of the bid proceedings (if bid equals or exceeds $10,000). (c) No segregated facilities will be maintained. Name Name & Title of Signer(Print or Type) • Signature Date III APPENDIX G